Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityUrban railway, tramway, trolleybus or bus services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Tender 23/2020 — Framework agreement for a period of 48 months — supply of 100 buses for the supply of electricity exclusively for local public transport
Reference number: 23/2020
II.1.2)Main CPV code34144910
II.1.3)Type of contractSupplies
II.1.4)Short description:
Tender for the GTT contract. 23/2020 — Framework agreement for a period of 48 months — supply of 100 buses for direct supply to local public transport, supply of full service materials for 10 years — CIG: 818634626E — CUP: J10E20000000002
II.1.5)Estimated total valueValue excluding VAT: 72 001 950.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: ITC11
Main site or place of performance:
II.2.4)Description of the procurement:
Tender for the GTT contract. 23/2020 — Framework agreement for a period of 48 months — supply of 100 buses for direct supply to local public transport, supply of full service materials for 10 years — CIG: 818634626E — CUP: J10E20000000002.
The overall value of the Framework Agreement is EUR 72 001 950,00 (excluding VAT), including the security charges resulting from interference amounting to EUR 1 950,00 as detailed as follows:
— value according to the tender value of the buses: EUR 480 000,00 excluding VAT up to a total of EUR 48 000 000,00 excluding VAT,
Full service value for 10 years: EUR 11 000 000 (excluding VAT),
Battery substitution (optional): EUR 130 000 per 13 000 000 totals (excluding VAT),
— EUR 1 950,00 for security charges resulting from interference.
This figure breaks down as follows:
(a) First application contract, to be signed at the same time as the Framework Agreement, for 50 buses EUR 24 000 000,00; full service EUR 5 500 000,00; batteries (optional) EUR 6 500 000,00 plus security charges of EUR 975,00 (excluding VAT);
(b) for subsequent application contracts, in number and size to be defined, for a total of another 50 buses and full service materials beyond batteries (optional): the amounts will be defined on the basis of the number of buses covered by the individual contracts.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 72 001 950.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
Reference is made to the tender documents.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
In view of the complexity and number of the project papers covered by the technical tender for which the examination in both electronic and paper medium is indispensable, it is waived to take the form of an electronic tender within the meaning of Article 51 (c) of Legislative Decree No 50/2016.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
Reference is made to the tender documents.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
Reference is made to the tender documents.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reference is made to the tender documents.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Reference is made to the tender documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 02/04/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Italian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/04/2020
Local time: 14:30
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Tribunale amministrativo regionale per il Piemonte
Postal address: Via Confienza 10
Town: Torino
Postal code: 10121
Country: Italy
VI.4.2)Body responsible for mediation proceduresOfficial name: Si rinvia al disciplinare di gara.
Town: Torino
Country: Italy
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Reference is made to the tender specification.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Si rinvia al disciplinare di gara.
Town: Torino
Country: Italy
VI.5)Date of dispatch of this notice:27/01/2020