Contract notice - utilities

Information

Published

Date of dispatch of this notice: 16/11/2022

Expire date: 07/12/2022

External Reference: 2022-237981

TED Reference: 2022/S 224-646099

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Dublin Bus / Bus Atha Cliath
N/A
21 Phibsboro Road
Dublin 7
Dublin
IE
Contact person: Niall Gunning
Telephone: +353 17033182
Fax: +353 18303126
NUTS code:  IE061 -  Dublin
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=228924&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

EV Supply and installation of Chargers for Ringsend and Harristown Depots REF OJEU 15.2022
Reference number:  OJEU 15.2022
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin Bus is seeking to select a shortlist of suitably qualified providers to undertake a Design & Build contract for the design, supply, installation, and maintenance of charging equipment for battery-electric and hybrid vehicles. Dublin Bus requires a turnkey solution (design and build) to provide in-depot charging equipment and associated infrastructure necessary to facilitate plug-in charging of its planned battery-electric bus fleet. Due to the phased arrival of all-electric vehicles into the Dublin Bus fleet, it is intended that this contract will include for the specified works at 2 no. of the Dublin Bus depot locations. Dublin Bus currently have 8 no. depot locations. The required quantities of charger installations at each location will be confirmed at the tender stage, but it is currently anticipated to be more than 10 no. 150kW twin-outlet charging stations per location. The two locations are Ringsend and Harristown Depots
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31158000  -  Chargers
45317000  -  Other electrical installation work
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin Bus is seeking to select a shortlist of suitably qualified providers to undertake a Design & Build contract for the design, supply, installation, and maintenance of charging equipment for battery-electric and hybrid vehicles. Dublin Bus requires a turnkey solution (design and build) to provide in-depot charging equipment and associated infrastructure necessary to facilitate plug-in charging of its planned battery-electric bus fleet. Due to the phased arrival of all-electric vehicles into the Dublin Bus fleet, it is intended that this contract will include for the specified works at 2 no. of the Dublin Bus depot locations. Dublin Bus currently have 8 no. depot locations. The required quantities of charger installations at each location will be confirmed at the tender stage, but it is currently anticipated to be more than 10 no. 150kW twin-outlet charging stations per location. The two locations are Ringsend and Harristown Depots
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  TECHNICAL MERIT  /  Weighting:  40
Quality criterion  -  Name:  PROJECT DELIVERY  /  Weighting:  20
Price  -  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 12/05/2023  /  End: 16/10/2023
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/12/2022
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Four Courts
Inns Quay
Dublin
IE

VI.4.2)

Body responsible for mediation procedures

Chief Registrar
Inns Quay
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Chief Registrar
Inns Quay
Dublin
IE