The Authority is seeking an operator in respect of a number of public bus routes. It is intended that the services will comprise a total of 5 routes, the envisaged composition of which is set out in Appendix A to the Information Memorandum. The Authority reserves the right to add or omit routes to/from the scope of the contract. The routes primarily serve areas along commuter road corridors from Kildare into Dublin city and currently form part of the network of routes provided by Bus Eireann. The routes are currently serviced by a peak vehicle requirement of 28 primarily coach vehicles, and provide approximately 1.2 million passenger journeys per annum.
The envisaged 5 year operational period may be extended by the Authority for a period or periods up to a further 2 years, subject to satisfactory performance. The Authority intends that there will be a mobilisation period from the date of contract signing until the commencement date for the operational period. It is currently envisaged that the duration of this mobilisation period will be at least 6 months, although the contract may involve phased operational dates (staggered by up to 6 months by reference to different routes or groups of routes. Further information is set out in the Information Memorandum.
Deadline
The time limit for receipt of tenders was 2015-04-10.
The procurement was published on 2015-01-22.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โThe Operation of Public Bus Passenger Services on Certain Dublin Commuter Routesโ
Products/services: Road transport services๐ฆ
Short description:
โThe authority is seeking an operator in respect of a number of public bus routes. It is intended that the services will comprise a total of 5 routes, the...โ
Short description
The authority is seeking an operator in respect of a number of public bus routes. It is intended that the services will comprise a total of 5 routes, the envisaged composition of which is set out in Appendix A to the Information Memorandum. The authority reserves the right to add or omit routes to/from the scope of the contract. The routes primarily serve areas along commuter road corridors from Kildare into Dublin city and currently form part of the network of routes provided by Bus Eireann.
The envisaged 5-year operational period may be extended by the authority for a period or periods up to a further 2 years, subject to satisfactory performance. The authority intends that there will be a mobilisation period from the date of contract signing until the commencement date for the operational period. It is currently envisaged that the duration of this mobilisation period will be at least 6 months, although the contract may involve phased operational dates.
Show more
Total value of the procurement (excluding VAT): EUR 46 469 204 ๐ฐ
1๏ธโฃ
Additional products/services: Repair and maintenance services of buses๐ฆ
Additional products/services: Public road transport services๐ฆ
Place of performance: Mid-East๐๏ธ
Description of the procurement:
โThe authority is seeking an operator in respect of a number of public bus routes. It is intended that the services will comprise a total of 5 routes, the...โ
Description of the procurement
The authority is seeking an operator in respect of a number of public bus routes. It is intended that the services will comprise a total of 5 routes, the envisaged composition of which is set out in Appendix A to the Information Memorandum.
The authority reserves the right to add or omit routes to/from the scope of the contract. The routes primarily serve areas along commuter road corridors from Kildare into Dublin city and currently form part of the network of routes provided by Bus Eireann. The routes are currently serviced by a peak vehicle requirement of 28 primarily coach vehicles, and provide approximately 1 200 000 passenger journeys per annum.
The envisaged 5year operational period may be extended by the authority for a period or periods up to a further 2 years, subject to satisfactory performance. The authority intends that there will be a mobilisation period from the date of contract signing until the commencement date for the operational period. It is currently envisaged that the duration of this mobilisation period will be at least 6 months, although the contract may involve phased operational dates (staggered by up to 6 months by reference to different routes or groups of routes. Further information is set out in the information memorandum.
Show more Award criteria
Quality criterion (name): Organisation plan
Quality criterion (weighting): 8
Quality criterion (name): Operational supervision and control strategy plan
Quality criterion (weighting): 4
Quality criterion (name): Authority network asset maintenance strategy plan
Quality criterion (weighting): 9
Quality criterion (name): Safety management plan
Quality criterion (weighting): 3
Quality criterion (name): Revenue protection plan
Quality criterion (name): Customer service policy
Quality criterion (weighting): 5
Quality criterion (name): Security management plan
Quality criterion (weighting): 2
Price (weighting): 65
Procedure Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Previous publication concerning this procedure: 2015/S 018-029636
Award of contract
1๏ธโฃ
Date of conclusion of the contract: 2019-04-04 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
Name and address of the contractor
Name: Go-ahead Transport Services (Dublin) Ltd
Postal address: 12 Ballymount Road Lower, Walkinstown
Postal town: Dublin 12
Postal code: D12 X201
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 46 469 204 ๐ฐ
Complementary information Additional information
โThe Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
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.
Show more Review body
Name: High Court
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular...โ
Precise information on deadline(s) for review procedures
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).
Show more
Source: OJS 2019/S 120-295415 (2019-06-21)