Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: National Transport Authority
National registration number: N/A
Postal address: Dun Sceine, Harcourt Lane, Iveagh Court
Town: Dublin
NUTS code: IE Éire / Ireland
Postal code: D02 WT20
Country: Ireland
Contact person: Russell Stokes
E-mail: Russell.Stokes@nationaltransport.ie
Telephone: +353 18798300
Internet address(es):
Main address: www.nationaltransport.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149
I.3)CommunicationThe 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 electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=212061&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther 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 code34144910 Electric buses
II.1.3)Type of contractSupplies
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 valueValue excluding VAT: 75 000 000.00 EUR
II.1.6)Information about lotsThis 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 performanceNUTS code: IE Éire / 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 75 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 invitedEnvisaged 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
As set out in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.5)Information about negotiation
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 participateDate: 24/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic 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 bodyOfficial name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Town: Dublin
Postal code: D7
Country: Ireland
E-mail: highcourtcentraloffice@courts.ie
Telephone: +353 18886000
Fax: +353 18886125
Internet address: https://www.courts.ie
VI.4.3)Review procedurePrecise 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).
VI.5)Date of dispatch of this notice:19/04/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:211659-2022:TEXT:EN:HTML&src=0&tabId=2