The contracting entity intends to procure multi (3) member Frameworks for the supply and commissioning of EV Chargers of up to circa 350kW capacity including associated equipment and services to be delivered in Ireland.
These frameworks will not include installation of equipment.
Lot 1 โ Ultra fast charge points including greater than 100Kw and up to 350Kw dedicated output to CCS and Chademo.
Lot 2 โ Ultra fast charge points up to 160Kw simultaneous output to CCS and Chademo.
Lot 3 โ Ultra fast charge points greater than 100Kw and up to 350Kw output for buses and HGVโs.
Delivery of charging equipment will be to locations in Ireland (Republic of Ireland and Northern Ireland) and commissioning may take place at any location in Ireland (Republic of Ireland and Northern Ireland).
ESB reserves the right to request field trial of ultra-fast charging equipment as part of the tender stage.
Deadline
The time limit for receipt of tenders was 2018-05-29.
The procurement was published on 2018-05-03.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: EV Ultra-Fast Charge Point Units
SS/CON/2837B
Products/services: Electric vehicles๐ฆ
Short description:
โThe contracting entity intends to procure multi (3) member frameworks for the supply and commissioning of EV chargers of up to circa 350 kW capacity...โ
Short description
The contracting entity intends to procure multi (3) member frameworks for the supply and commissioning of EV chargers of up to circa 350 kW capacity including associated equipment and services to be delivered in Ireland.
These frameworks will not include installation of equipment.
Lot 1 โ ultra fast charge points including greater than 100 KW and up to 350 KW dedicated output to CCS and Chademo,
Lot 2 โ ultra fast charge points up to 160 KW simultaneous output to CCS and Chademo,
Lot 3 โ ultra fast charge points greater than 100 KW and up to 350 kW output for Busses and HGVโs.
Delivery of charging equipment will be to locations in Ireland (Republic of Ireland and Northern Ireland) and commissioning may take place at any location in Ireland (Republic of Ireland and Northern Ireland).
ESB reserves the right to request field trial of ultra-fast charging equipment as part of the tender stage.
Complementary information Original notice reference
Notice number in the OJ S: 2018/S 087-196228
Changes Text to be corrected in the original notice
Section number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2018-06-06 ๐
Time: 12:00
New value
Date: 2018-06-15 ๐
Time: 12:00
Source: OJS 2018/S 107-244794 (2018-06-05)
Contract award notice (2020-07-15) Contracting authority Name and addresses
Postal address: 2 Gateway, East Wall Road
Contact person: Peter Coughlan
E-mail: peter.coughlan@esb.ie๐ง Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Short description:
โThe contracting entity procured multi (three) member frameworks for the supply and commissioning of EV Chargers of up to circa 350 kW capacity including...โ
Short description
The contracting entity procured multi (three) member frameworks for the supply and commissioning of EV Chargers of up to circa 350 kW capacity including associated equipment and services to be delivered in Ireland.
These frameworks will not include installation of equipment.
Lot 1: Ultra Fast Charge Points including greater than 100 Kw and up to 350 kW dedicated output to CCS and CHADEMO.
Lot 3: Ultra Fast Charge Points greater than 100 Kw and up to 350 kW output for busses and HGVโs
Delivery of charging equipment will be to locations in Ireland (Republic of Ireland and Northern Ireland) and commissioning may take place at any location in Ireland (Republic of Ireland and Northern Ireland).
Show more Information about lots
This contract is divided into lots โ
The contracting entity procured multi (three) member framework for the supply and commissioning ultra fast charge points including greater than 100 kW and up to 350 kW dedicated output to CCS and CHADEMO. Delivery of charging equipment will be to locations in Ireland (Republic of Ireland and Northern Ireland) and commissioning may take place at any location in Ireland (Republic of Ireland and Northern Ireland).
Show more Information about options
Options โ
Description of options:
โOn the completion of framework period two (2) years ESB retain the option, at the discretion of ESB, to extend the framework for up to and including a...โ
Description of options
On the completion of framework period two (2) years ESB retain the option, at the discretion of ESB, to extend the framework for up to and including a further 48 months in one or more increments.
2๏ธโฃ Scope of the procurement
Title:
โUltra Fast Charge Points Greater Than 100 kW and up to 350 kW Output for Busses and HGVโsโ Title
Lot Identification Number: 3
Description
Description of the procurement:
โThe contracting entity procured multi (three) member framework for the supply and commissioning ultra fast charge points greater than 100 kW and up to 350...โ
Description of the procurement
The contracting entity procured multi (three) member framework for the supply and commissioning ultra fast charge points greater than 100 kW and up to 350 kW output for busses and HGVโs. Delivery of charging equipment will be to locations in Ireland (Republic of Ireland and Northern Ireland) and commissioning may take place at any location in Ireland (Republic of Ireland and Northern Ireland).
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2018/S 087-196228
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1๏ธโฃ
Contract Number: 1
Lot Identification Number: 1
Title:
โUltra Fast Charge Points Greater Than 100 kW and up to 350 kW Dedicated Output to CCS and CHADEMOโ
Date of conclusion of the contract: 2020-07-01 ๐
Name and address of the contractor
Name: ABB Ltd
National registration number: IE8265676L
Postal address: Belgard Road, Tallaght
Postal town: Dublin 24
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
URL: http://www.abb.com๐
The contractor is an SME
2๏ธโฃ
Contract Number: 2
Title:
โUltra Fast Charge Points Greater than 100 kW and up to 350 kW Dedicated Output to CCS and CHADEMOโ
Date of conclusion of the contract: 2020-06-22 ๐
Name and address of the contractor
Name: Efacec Electric Mobility, S.A.
National registration number: Efacec Electric Mobility, S.A.
Postal address: Rua Eng.ยบ Frederico Ulrich, Apartado 3078
Postal town: Moreira da Maia, Porto, Portugal
Postal code: 4471-907
Country: Portugal ๐ต๐น
Region: Portugal ๐๏ธ
The contractor is an SME โ
3๏ธโฃ
Title: Ultra Fast Charge Points Up to 160 kW Simultaneous Output to CCS and CHADEMO
Information on non-award
Other reasons (discontinuation of procedure)
4๏ธโฃ
Lot Identification Number: 3
Title:
โUltra Fast Charge Points Greater than 100 kW and up to 350 kW Output for Buses and HGVโsโ
5๏ธโฃ
Title:
โUltra Fast Charge Points Greater than 100 kW and Up to 350 kW Output for Buses and HGVโsโ
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties;
2) This is the sole call for competition for these supplies;
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
4) Contract award will be subject to the approval of the competent authorities;
5) It will be a condition of award that candidates are tax compliant;
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time;
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words โor equivalentโ will always be appended;
9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
10) At Section II.2.9) we have indicated that 5 applicants will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 applicants subject to that number qualifying.
Show more Review body
Name: ESB Procurement
Postal town: Dublin 2
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
Source: OJS 2020/S 138-340511 (2020-07-15)