The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the Framework Agreement. It is envisaged that up to 600 buses may be purchased under this Framework Agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the Framework Agreement.
For further information please see the tender documents.
Deadline
The time limit for receipt of tenders was 2019-06-27.
The procurement was published on 2019-05-23.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Double-Deck Hybrid Bus Framework
Products/services: Double-decker buses๐ฆ
Short description:
โThe Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the Framework...โ
Short description
The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the Framework Agreement. It is envisaged that up to 600 buses may be purchased under this Framework Agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the Framework Agreement.
For further information please see the tender documents.
1๏ธโฃ
Additional products/services: Public-service buses๐ฆ
Additional products/services: Double-decker buses๐ฆ
Additional products/services: Low-floor buses๐ฆ
Additional products/services: Electric buses๐ฆ
Place of performance: Dublin๐๏ธ
Description of the procurement:
โThe Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the Framework...โ
Description of the procurement
The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the Framework Agreement. It is envisaged that up to 600 buses may be purchased under this Framework Agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the Framework Agreement.
The buses to be provided under the Framework Agreement are intended to:
โ be double-deck vehicles with a minimum of 40 seats on the upper deck, a minimum of 17 seats (not including longitudinal tip-up seats) on the lower deck and an overall capacity (including standees) of 70 passengers or greater, subject to the vehicle length not exceeding 11,50 metres,
โ be equipped with a chassis incorporating a low-floor section within which the following are located:
โโ a wide front entrance doorway fitted with a twin-leaf door and a motorised ramp suitable for unaided wheelchair access,
โโ a dedicated wheelchair space, which can be easily accessed from the front entrance doorway ramp,
โโ a dedicated buggy space, which can be easily accessed from the front entrance doorway ramp, and
โโ a wide centre exit doorway fitted with a twin-leaf door,
โ conform to EU/UNECE Vehicle Category M3 and belong to UNECE Class I,
โ be designed for both seated and standing passengers,
โ be suitable for use on city and suburban routes with frequent passenger stops,
โ be suitable for travelling on mixed roadways at speeds of up to 65 kilometres per hour,
โ meet the relevant definition of a โclean vehicleโ under the European Unionโs (EUโs) forthcoming revised Directive on the promotion of clean and energy-efficient road transport vehicles (a.k.a. the โClean Vehicles Directiveโ), which is anticipated to enter into force from mid-2021 onwards,
โ be capable of zero-tailpipe-emissions operation, in order to leverage the air quality benefits of zero-emission vehicles in advance of the roll-.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
โAt the discretion of the Authority the agreement may be extend for an additional 30 months.โ 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 related to the contract
Contract performance conditions: As will be set out in the Information Memorandum.
Procedure Type of procedure
Restricted procedure
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: 2019-06-27
16:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2019-12-24 ๐
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 SI 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 SI 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 101-243894 (2019-05-23)
Contract award notice (2020-01-30) Contracting authority Name and addresses
Postal address: Dun Sceine, Iveagh Court, Harcourt Lane
Object Scope of the procurement
Title: Double-deck Hybrid Bus Framework
Short description:
โThe framework agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the framework...โ
Short description
The framework agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the framework agreement. It is envisaged that up to 600 buses may be purchased under this framework agreement. However, the contracting authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the framework agreement.
For further information please see the tender documents.
Show more
Total value of the procurement (excluding VAT): GBP 231 718 200 ๐ฐ
Description
Description of the procurement:
โThe framework agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the framework...โ
Description of the procurement
The framework agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the supplier during the period of the framework agreement. It is envisaged that up to 600 buses may be purchased under this framework agreement. However, the contracting authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the framework agreement.
The buses to be provided under the framework agreement are intended to:
โ be double-deck vehicles with a minimum of 40 seats on the upper deck, a minimum of 17 seats (not including longitudinal tip-up seats) on the lower deck and an overall capacity (including standees) of 70 passengers or greater, subject to the vehicle length not exceeding 11,50 metres,
โ be equipped with a chassis incorporating a low-floor section within which the following are located:
โโ a wide front entrance doorway fitted with a twin-leaf door and a motorised ramp suitable for unaided wheelchair access;
โโ a dedicated wheelchair space, which can be easily accessed from the front entrance doorway ramp.
โโโ a dedicated buggy space, which can be easily accessed from the front entrance doorway ramp, and
โโ a wide centre exit doorway fitted with a twin-leaf door:
โ conform to EU/UNECE vehicle category M3 and belong to UNECE Class I,
โ be designed for both seated and standing passengers,
โ be suitable for use on city and suburban routes with frequent passenger stops,
โ be suitable for travelling on mixed roadways at speeds of up to 65 kilometres per hour,
โ meet the relevant definition of a โclean vehicleโ under the European Unionโs (EUโs) forthcoming revised Directive on the promotion of clean and energy-efficient road transport vehicles (a.k.a. the โClean Vehicles Directiveโ), which is anticipated to enter into force from mid-2021 onwards,
โ be capable of zero-tailpipe-emissions operation, in order to leverage the air quality benefits of zero-emission vehicles in advance of the roll-
Show more Award criteria
Quality criterion (name): Functional characteristics and technical merit
Quality criterion (weighting): 39
Quality criterion (name): After-sales service and product support
Quality criterion (weighting): 6
Quality criterion (name): Delivery period
Quality criterion (weighting): 5
Price (weighting): 50
Information about options
Options โ
Description of options: Option to extend framework by an additional 30 months.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 101-243894
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Double-Deck Hybrid Bus Framework
Date of conclusion of the contract: 2019-12-29 ๐
Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
Name and address of the contractor
Name: Alexander-Dennis Ltd
National registration number: 836666490
Postal address: 5-9 Central Boulevard, Central Park, Larbert, Scot
Postal town: Falkirk
Postal code: Stirlingshire
Country: United Kingdom ๐ฌ๐ง
Phone: +44 1324616332๐
E-mail: john.dick@alexander-dennis.com๐ง
Fax: +44 1324638366 ๐
Region: Scotland ๐๏ธ
URL: http://www.alexander-dennis.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: GBP 231 718 200 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 024-053388 (2020-01-30)