The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the Contracting Authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles 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 Bus รireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
Deadline
The time limit for receipt of tenders was 2018-09-03.
The procurement was published on 2018-07-31.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โSingle Supplier Framework Agreement for the Supply of Double Deck Regional Commuter Vehiclesโ
Products/services: Buses and coaches๐ฆ
Short description:
โThe National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter...โ
Short description
The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the Contracting Authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles 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 Bus รireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
Show more
Estimated value excluding VAT: EUR 20 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Public-service buses๐ฆ
Additional products/services: Double-decker buses๐ฆ
Additional products/services: Low-floor buses๐ฆ
Place of performance: Ireland๐๏ธ
Description of the procurement:
โThe National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter...โ
Description of the procurement
The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the Contracting Authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles 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 Bus รireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 20 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 30
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals: Option to extend framework by up to an additional 30 months.
Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates: As set out in the Information Memorandum.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As will be set out in the Information Memorandum.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria: As will be set out in the Information Memorandum.
Deposits and guarantees required: As will be set out in the Information Memorandum.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As will be set out in the Information Memorandum.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โRequests to participate may be submitted by single entities or by groups of service providers. In the case of a group or consortium, the contracting...โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Requests to participate may be submitted by single entities or by groups of service providers. In the case of a group or consortium, the contracting authority proposes to enter into the Contract with the lead member of the consortium who will be liable for the performance of the Contract. The contracting authority also reserves the right to contract with each member of the group on the basis of joint and several liability, as a main contractor with a number of subcontractors, or in any other form which the contracting authority considers appropriate. See further Information Memorandum.
Show more Conditions related to the contract
Contract performance conditions: As will be set out in the Information Memorandum.
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-09-03
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 of Ireland
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 2018/S 147-337387 (2018-07-31)
Additional information (2018-09-14)
Complementary information Original notice reference
Notice number in the OJ S: 2018/S 147-337387
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: 2018-09-03 ๐
Time: 16:00
New value
Date: 2018-09-17 ๐
Time: 12:00
Other additional information
The submission deadline for this competition was extended by 2 weeks.
Source: OJS 2018/S 179-406820 (2018-09-14)
Contract award notice (2020-07-03) Object Scope of the procurement
Short description:
โThe National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter...โ
Short description
The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the contracting authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the framework agreement, it intends to provide those vehicles 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 Bus รireann and the successful tenderer (or tenderers) in a number of ongoing tender competitions for the operation of certain PSO services. As part of the provision of vehicles to the contracting authority, the supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
Show more
Total value of the procurement (excluding VAT): EUR 14 700 000 ๐ฐ
Description
Description of the procurement:
โThe National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter...โ
Description of the procurement
The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of double deck regional commuter vehicles. While the contracting authority intends to acquire double deck regional commuter vehicles from the successful tenderer who is awarded the framework agreement, it intends to provide those vehicles 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 Bus รireann and the successful tenderer (or tenderers) in a number of ongoing tender competitions for the operation of certain PSO services. As part of the provision of vehicles to the contracting authority, the supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
Show more Award criteria
Quality criterion (name): Functional characteristics and technical merit
Quality criterion (weighting): 37.5
Quality criterion (name): After-sales service and product support
Quality criterion (weighting): 6.25
Quality criterion (name): Delivery period
Price (weighting): 50
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2018/S 147-337387
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โSingle Supplier Framework Agreement for the Supply of Double Deck Regional Commuter Vehiclesโ
Date of conclusion of the contract: 2020-03-11 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
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: 3
Name and address of the contractor
Name: VDL Bus and Coach BV
National registration number: NL009104070B01
Postal address: De Vest 7
Postal town: Valkenswaard
Postal code: 5555 XL
Country: Netherlands ๐ณ๐ฑ
E-mail: info@vdlbuscoach.com๐ง
Region: Nederland ๐๏ธ
URL: http://www.vdlbuscoach.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 14 700 000 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 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 2020/S 129-317644 (2020-07-03)