The contracting authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 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:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300 kWh, with the batteries being capable of being recharged, at a minimum, from a 150 kW power supply via a CCS 2.0 compatible charging gun.
Deadline
The time limit for receipt of tenders was 2021-02-12.
The procurement was published on 2020-12-18.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Pre-Qualification for the Competition for Appointment to a Single Supplier Framework Agreement for the Purchase of Double-Deck Electric Buses”
Products/services: Double-decker buses📦
Short description:
“The contracting authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that...”
Short description
The contracting authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 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:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300 kWh, with the batteries being capable of being recharged, at a minimum, from a 150 kW power supply via a CCS 2.0 compatible charging gun.
1️⃣
Additional products/services: Buses and coaches📦
Additional products/services: Public-service buses📦
Additional products/services: Low-floor buses📦
Additional products/services: Electric buses📦
Place of performance: Ireland🏙️
Description of the procurement:
“The contracting authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that...”
Description of the procurement
The contracting authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 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:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300 kWh, with the batteries being capable of being recharged, at a minimum, from a 150 kW power supply via a CCS 2.0 compatible charging gun;
• feature a minimum of 41 seats on the upper deck, a minimum of 19 seats (not including tip-up seats) on the lower deck and an overall capacity (including standees) of 75 passengers or greater, subject to the vehicle length not exceeding 11.50 metres;
• be equipped with a chassis incorporating a low-floor section within which the following are located:
— a wide front passenger doorway fitted with twin-leaf doors and capable of being fitted with a wide powered ramp suitable for unaided wheelchair access;
— a permanent wheelchair space, which can be easily accessed from the front passenger doorway ramp;
— a dedicated area for the accommodation of at least one unfolded pram or pushchair or buggy, which can be easily accessed from the front passenger doorway ramp; and
— a wide centre passenger doorway fitted with a twin-leaf door and capable of being fitted with a wide manual ramp suitable for unaided wheelchair access;
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 ✅ Description
Description of renewals:
“At the discretion of the authority the agreement may be extend for an additional 30 months.”
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
Open 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: 2021-02-12
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Conditions for opening of tenders: 2021-02-12
12:00 📅
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
“The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...”
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: Hungary 🇭🇺
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧
Fax: +353 18886125 📠
URL: http://www.courts.ie🌏 Review procedure
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...”
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 250-623643 (2020-12-18)
Contract award notice (2022-05-09) Contracting authority Name and addresses
Postal town: Dublin
Object Scope of the procurement
Title:
“Competition for Appointment to a Single Supplier Framework Agreement for the Purchase of Double-Deck Electric Buses”
Short description:
“The Contracting Authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that...”
Short description
The Contracting Authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 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:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300kWh, with the batteries being capable of being recharged, at a minimum, from a 150kW power supply via a CCS 2.0 compatible charging gun.
Show more
Total value of the procurement (excluding VAT): GBP 348 000 000 💰
Description
Description of the procurement:
“The Contracting Authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that...”
Description of the procurement
The Contracting Authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 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:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300kWh, with the batteries being capable of being recharged, at a minimum, from a 150kW power supply via a CCS 2.0 compatible charging gun;
• feature a minimum of 41 seats on the upper deck, a minimum of 19 seats (not including tip-up seats) on the lower deck and an overall capacity (including standees) of 75 passengers or greater, subject to the vehicle length not exceeding 11.50 metres;
• be equipped with a chassis incorporating a low-floor section within which the following are located:
a wide front passenger doorway fitted with twin-leaf doors and capable of being fitted with a wide powered ramp suitable for unaided wheelchair access;
a permanent wheelchair space, which can be easily accessed from the front passenger doorway ramp;
a dedicated area for the accommodation of at least one unfolded pram or pushchair or buggy, which can be easily accessed from the front passenger doorway ramp; and
a wide centre passenger doorway fitted with a twin-leaf door and capable of being fitted with a wide manual ramp suitable for unaided wheelchair access;
Show more Award criteria
Quality criterion (name): Characteristics of Driver's Area and Controls
Quality criterion (weighting): 5
Quality criterion (name): Vehicle Passenger Area Characteristics
Quality criterion (weighting): 10
Quality criterion (name): Vehicle Exterior Characteristics
Quality criterion (name): Vehicle Range
Quality criterion (name): Efficient Layout Design
Quality criterion (weighting): 4
Quality criterion (name): Engineering Build Quality of Sample Vehicle
Quality criterion (name): Arrangements for service support
Quality criterion (weighting): 6
Quality criterion (name): Time to complete delivery of initial order
Price (weighting): 50
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 250-623643
Award of contract
1️⃣
Contract Number: 1
Title:
“Competition for Appointment to a Single Supplier Framework Agreement for the Purchase of Double-Deck Electric Buses”
Date of conclusion of the contract: 2022-03-21 📅
Information about tenders
Number of tenders received: 3
Name and address of the contractor
Name: Bamford Bus Company Limited T/A Wrightbus
Postal address: Union House 12-16 St Michael's Street
Postal town: Oxford
Postal code: OX1 2DU
Country: United Kingdom 🇬🇧
Region: United Kingdom 🏙️
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: GBP 348 000 000 💰
Complementary information Additional information
“The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...”
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:
“As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular...”
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 2022/S 093-254127 (2022-05-09)