Contract notice

Information

Published

Date of dispatch of this notice: 19/04/2022

Expire date: 24/05/2022

External Reference: 2022-210921

TED Reference: 2022/S 079-211659

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin
D02 WT20
IE
Contact person: Russell Stokes
Telephone: +353 18798300
NUTS code:  IE -  IRELAND
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=212061&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply of Single-Deck (Shorter Lengths) Electric Buses
II.1.2)

Main CPV code

34144910  -  Electric buses
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of single-deck (shorter lengths) electric buses. While the NTA intends to acquire single-deck electric buses from the successful tenderer who is awarded the Framework Agreement, it intends to provide those buses 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 Dublin Bus, Bus Eireann, Go-Ahead Ireland and City Direct. As part of the provision of buses to the NTA, 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)

Estimated total value

Value excluding VAT: 75000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34121000  -  Buses and coaches
34121100  -  Public-service buses
34121400  -  Low-floor buses
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of single-deck (shorter lengths) electric buses. While the NTA intends to acquire single-deck electric buses from the successful tenderer who is awarded the Framework Agreement, it intends to provide those buses 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 Dublin Bus, Bus Eireann, Go-Ahead Ireland and City Direct. As part of the provision of buses to the NTA, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
The negotiated procedure with prior call for competition, under the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 is the procedure that is being followed for this procurement.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 75000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:  
The period of the Framework Agreement will be 30 months with the option to extend this period by up to a further 30 months by agreement between the Contracting Authority and the successful Tenderer.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Provided that there are a sufficient number of qualified Candidates, no more than six Candidates will be included in the list of Candidates who will be invited to submit formal tenders for the Framework Agreement. In the event of a tie break for sixth place in the ranking, the Authority reserves the right to invite more than six Candidates to submit formal tenders for the Framework Agreement.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  24/05/2022
Local time:  12:00
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.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The Contracting Authority will not be responsibility 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 cancelled or postponed. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contracting award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue of Commissioners in Ireland.
The Contracting Authority may terminate this competition (or part of it), change the competition's basis or procedures, procure the contract by other means, negotiate with one or more parties at any time, or to do any combination of the foregoing or anything else deemed appropriate. In no instance will the Contracting Authority be required to give any reason for any alteration or termination of the process. The most economically advantageous or any tender will not automatically be accepted.
Refer to the procurement documents for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: https://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).