Contract notice - utilities

Information

Published

Date of dispatch of this notice: 31/07/2018

Expire date: 17/09/2018

External Reference: 2018-553421

TED Reference: 2018/S 147-337387

Contract notice - utilities

[NoticeContractUtilities]

[Supplies]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02WT20
IE
[Contactpoint]: Gerard Deenihan
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE0 -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=133067&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivBus]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Single Supplier Framework Agreement for the Supply of Double Deck Regional Commuter Vehicles
II.1.2)

[CpvMain]

34121000  - 
II.1.3)

[TypeContract]

[Supplies]
II.1.4)

[DescrShort]

The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the Contracting Authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles to the operators of subvented public transport services, known as Public Service Obligation services, to operate in the performance of those services. Those operators include Bus Éireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 20000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

34121100  - 
34121300  - 
34121400  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the Contracting Authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles to the operators of subvented public transport services, known as Public Service Obligation services, to operate in the performance of those services. Those operators include Bus Éireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 20000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 30
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
Option to extend framework by up to an additional 30 months.
II.2.9)

[LimitOperators]

[MaxNumber]: 6
[CriteriaChoosingLimited]:
As set out in the Information Memorandum.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As will be set out in the Information Memorandum.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: As will be set out in the Information Memorandum.
III.1.6)

[DepositsRequired]

As will be set out in the Information Memorandum.
III.1.7)

[FinancingConditions]

As will be set out in the Information Memorandum.
III.1.8)

[LegalFormTaken]

Requests to participate may be submitted by single entities or by groups of service providers. In the case of a group or consortium, the contracting authority proposes to enter into the Contract with the lead member of the consortium who will be liable for the performance of the Contract. The contracting authority also reserves the right to contract with each member of the group on the basis of joint and several liability, as a main contractor with a number of subcontractors, or in any other form which the contracting authority considers appropriate. See further Information Memorandum.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As will be set out in the Information Memorandum.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSingle]
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  03/09/2018
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
Refer to Information Memorandum for further information.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).