Contract notice

Information

Published

Date of dispatch of this notice: 23/05/2019

Expire date: 27/06/2019

External Reference: 2019-214378

TED Reference: 2019/S 101-243894

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court,Harcourt Lane
Dublin 2
D02 WT20
IE
[Contactpoint]: Gerard Deenihan
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=147642&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Double-Deck Hybrid Bus Framework
II.1.2)

[CpvMain]

34121300  - 
II.1.3)

[TypeContract]

[Supplies]
II.1.4)

[DescrShort]

The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the Supplier during the period of the Framework Agreement. It is envisaged that up to 600 buses may be purchased under this Framework Agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the Framework Agreement.
For further information please see the tender documents.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

34121100  - 
34121300  - 
34121400  - 
34144910  - 
II.2.4)

[DescrProcurement]

The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the Supplier during the period of the Framework Agreement. It is envisaged that up to 600 buses may be purchased under this Framework Agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the Framework Agreement.
The buses to be provided under the Framework Agreement are intended to:
• be double-deck vehicles with a minimum of 40 seats on the upper deck, a minimum of 17 seats (not including longitudinal tip-up seats) on the lower deck and an overall capacity (including standees) of 70 passengers or greater, subject to the vehicle length not exceeding 11.50 metres;
• be equipped with a chassis incorporating a low-floor section within which the following are located:
- a wide front entrance doorway fitted with a twin-leaf door and a motorised ramp suitable for unaided wheelchair access;
- a dedicated wheelchair space, which can be easily accessed from the front entrance doorway ramp;
 a dedicated buggy space, which can be easily accessed from the front entrance doorway ramp; and
- a wide centre exit doorway fitted with a twin-leaf door;
• conform to EU/UNECE Vehicle Category M3 and belong to UNECE Class I;
• be designed for both seated and standing passengers;
• be suitable for use on city and suburban routes with frequent passenger stops;
• be suitable for travelling on mixed roadways at speeds of up to 65 kilometres per hour;
• meet the relevant definition of a ‘clean vehicle’ under the European Union’s (EU’s) forthcoming revised Directive on the promotion of clean and energy-efficient road transport vehicles (a.k.a. the ‘Clean Vehicles Directive’), which is anticipated to enter into force from mid-2021 onwards;
• be capable of zero-tailpipe-emissions operation, in order to leverage the air quality benefits of zero-emission vehicles in advance of the roll-
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 30
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
At the discretion of the Authority the agreement may be extend for 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.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As will be set out in the Information Memorandum.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSingle]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  27/06/2019
[Time]:  16:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  24/12/2019

[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).