Single Party Framework Agreement for Provision of an Electric Vehicle Tractor Unit and Bulk Fuel Bowser and Associated Vehicles and Plant for Ireland West Airport Knock

A competitive process under the negotiated procedure for the establishment of a framework agreement for the supply, testing, commission and training of an electric vehicle tractor unit and bulk fuel bowser and and associated vehicles and Plant required to maintain the operational readiness for Irish West Airport Knock. The framework …

CPV: 09100000 Combustibles, 09134200 Combustible para motores diésel, 16000000 Maquinaria agrícola, 31000000 Máquinas, aparatos, equipo y productos consumibles eléctricos; iluminación, 34133100 Camiones cisterna, 34133110 Camiones cisterna para el transporte de combustible, 34138000 Tractores de carretera, 34223200 Camiones para repostar
Plazo:
14 de octubre de 2024 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Single Party Framework Agreement for Provision of an Electric Vehicle Tractor Unit and Bulk Fuel Bowser and Associated Vehicles and Plant for Ireland West Airport Knock
Organismo adjudicador:
Connaught Airport Development Company Ltd
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : Connaught Airport Development Company Ltd
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Airport-related activities

2. Procedure

2.1 Procedure

Title : Single Party Framework Agreement for Provision of an Electric Vehicle Tractor Unit and Bulk Fuel Bowser and Associated Vehicles and Plant for Ireland West Airport Knock
Description : A competitive process under the negotiated procedure for the establishment of a framework agreement for the supply, testing, commission and training of an electric vehicle tractor unit and bulk fuel bowser and and associated vehicles and Plant required to maintain the operational readiness for Irish West Airport Knock. The framework agreement will be established on foot of a competition for an initial contract for an Electric Vehicle Tractor Unit and Bulk Fuel Browser .The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. The Refueller described in this specification is designed to be reliable, uncomplicated, and easy to maintain. It must be equipped to refuel aircraft using underwing and overwing methods via a long reel mounted hose. The Refueller must be of the articulated type with a two axle 4 x 2 tractor coupled to a 34,000-litre Twin axle semi-trailer. The rear most axle should be a self-steer axle which will aid maneuverability and reduce tyre scrub. The refuelling equipment must be mounted on the semi-trailer with the hose reels located at the rear. It is designed for use at speeds limited to 30 k.p.h. on well-prepared airport roads when in the laden condition The control station and reel hose withdrawal must on the driver’s side of the Refueller. The tank is fitted with two independent (primary and secondary) automatic bottom loading systems which prevent overfilling. The anticipated delivery date for the initial contract is Q4 2025. At the RFT stage of this process, the ‘Successful Candidates” will be provided with specific specification requirements for the EV Tractor Unit and Bulk Fuel Browser, in relation to which bidders will be asked to confirm compliance with the mandatory requirements along with providing their proven design specifications and demonstrating how the ‘Goods’ will operate. Responses must be submitted in a ZIP FILE format.
Procedure identifier : 083faedf-1631-46d0-a726-fccbe9735957
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Contracting Authority will evaluate those tenders against the award criteria and reserves the right to: (a) Move straight to a contract award decision, without negotiation (b) To apply the successive reduction rule to reduce the number of firms invited to the negotiation phase; or (c) To invite all firms to negotiation meetings.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34133110 Fuel-tanker trucks
Additional classification ( cpv ): 34223200 Bowsers
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 34133100 Tankers
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 16000000 Agricultural machinery
Additional classification ( cpv ): 34138000 Road tractor units

2.1.2 Place of performance

Country subdivision (NUTS) : West ( IE042 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 7 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 0

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party Framework Agreement for Provision of an Electric Vehicle Tractor Unit and Bulk Fuel Bowser and Associated Vehicles and Plant for Ireland West Airport Knock
Description : A competitive process under the negotiated procedure for the establishment of a framework agreement for the supply, testing, commission and training of an electric vehicle tractor unit and bulk fuel bowser and and associated vehicles and Plant required to maintain the operational readiness for Irish West Airport Knock. The framework agreement will be established on foot of a competition for an initial contract for an Electric Vehicle Tractor Unit and Bulk Fuel Browser .The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. The Refueller described in this specification is designed to be reliable, uncomplicated, and easy to maintain. It must be equipped to refuel aircraft using underwing and overwing methods via a long reel mounted hose. The Refueller must be of the articulated type with a two axle 4 x 2 tractor coupled to a 34,000-litre Twin axle semi-trailer. The rear most axle should be a self-steer axle which will aid maneuverability and reduce tyre scrub. The refuelling equipment must be mounted on the semi-trailer with the hose reels located at the rear. It is designed for use at speeds limited to 30 k.p.h. on well-prepared airport roads when in the laden condition The control station and reel hose withdrawal must on the driver’s side of the Refueller. The tank is fitted with two independent (primary and secondary) automatic bottom loading systems which prevent overfilling. The anticipated delivery date for the initial contract is Q4 2025. At the RFT stage of this process, the ‘Successful Candidates” will be provided with specific specification requirements for the EV Tractor Unit and Bulk Fuel Browser, in relation to which bidders will be asked to confirm compliance with the mandatory requirements along with providing their proven design specifications and demonstrating how the ‘Goods’ will operate. Responses must be submitted in a ZIP FILE format.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34133110 Fuel-tanker trucks
Additional classification ( cpv ): 34223200 Bowsers
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 34133100 Tankers
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 16000000 Agricultural machinery
Additional classification ( cpv ): 34138000 Road tractor units

5.1.2 Place of performance

Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Other
Name : See Procurement Documents
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 14/10/2024 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : To be agreed with the successful framework member
Electronic invoicing : Required
Financial arrangement : To be agreed with the successful framework member

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : Due to budget availability and the nature of the supplies involved, it would not be feasible to tender again in a shorter timeframe
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Connaught Airport Development Company Ltd
Organisation providing offline access to the procurement documents : Connaught Airport Development Company Ltd
Organisation receiving requests to participate : Connaught Airport Development Company Ltd
Organisation processing tenders : Connaught Airport Development Company Ltd
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Connaught Airport Development Company Ltd
Registration number : 78973
Postal address : Charlestown
Town : Charlestown
Postcode : F12P8P9
Country : Ireland
Telephone : 0949368194
Internet address : www.irelandwestairport.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 93438f28-721d-4b8e-9d22-743660f6e42c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/09/2024 10:42 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00551316-2024
OJ S issue number : 179/2024
Publication date : 13/09/2024