Single Party Framework Agreements for the Provision of Passenger Transport Services across various routes in 19 Lots for Ability West

This Request for Tenders refers to the provision of Passenger Transport Services across 19 return routes that start and complete at various locations throughout Galway City and County. Each Route refers to a separate Lot and is considered a separate competition. Tenderers may apply for one, multiple or all lots. …

CPV: 60000000 Transport services (excl. Waste transport), 60100000 Road transport services, 60112000 Public road transport services, 63712000 Support services for road transport
Deadline:
July 21, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
Single Party Framework Agreements for the Provision of Passenger Transport Services across various routes in 19 Lots for Ability West
Awarding body:
Ability West
Award number:
0

1. Buyer

1.1 Buyer

Official name : Ability West
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : Single Party Framework Agreements for the Provision of Passenger Transport Services across various routes in 19 Lots for Ability West
Description : This Request for Tenders refers to the provision of Passenger Transport Services across 19 return routes that start and complete at various locations throughout Galway City and County. Each Route refers to a separate Lot and is considered a separate competition. Tenderers may apply for one, multiple or all lots. Ability West will establish Single-Party Framework Agreements with service provider(s) for each Lot. List of routes: List of Routes: Lot 1: Route 1 Whitegate, Co. Clare to Portumna, Co. Galway; Lot 2: Route 2 Banagher, Co. Galway to Portumna, Co. Galway; Lot 3: Route 3 Terryglass, Co. Tipperary to Portumna, Co. Galway; Lot 4: Route 8 Barnaderg, Co. Galway to Mountbellew, Co Galway to Tuam, Co. Galway; Lot 5: Route 9 Dunmore, Co. Galway to Tuam Co. Galway; Lot 6: Route 10 Headford, Co. Galway to Tuam, Co. Galway; Lot 7: Route 11 Collinamuck, Roscahill, Co. Galway to Galway City; Lot 8: Route 12 Ballybrit, Galway to Galway City; Lot 9: Route 13 Headford, Co. Galway to Galway City; Lot 10: Route 14 Mountbellew, Co. Galway to Galway City; Lot 11: Route 15 Gloves Athenry, Co. Galway to Galway City; Lot 12: Route 16 Galway City to Brooklodge, Ballyglunin, Co. Galway; Lot 13: Route 20 Craughwell, Co. Galway to Galway City; Lot 14: Route 21 Mountbellew to Glenamaddy, Co. Galway; Lot 15: Route 24 Menlough to Mounbellew, Co. Galway; Lot 16: Route 25 Knocknacarra to Galway City; Lot 17: Route 26 Ballyglunin, Co Galway to Galway City; Lot 18: Route 27 Headford Surrounds to Headford Town; Lot 19: Route 28 Spiddal, Co Galway to Galway City.
Procedure identifier : 53a6dac5-204c-4c56-bad8-365f63f64d7f
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 63712000 Support services for road transport
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 9 095 000 Euro

2.1.4 General information

Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5914775 Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (1) When finalising your tender submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response. (2) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (3) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (4) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (5) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (6) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties. (7) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (8) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (10) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. (11) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party Framework Agreements for the Provision of Passenger Transport Services across various routes in 19 Lots for Ability West
Description : This Request for Tenders refers to the provision of Passenger Transport Services across 19 return routes that start and complete at various locations throughout Galway City and County. Each Route refers to a separate Lot and is considered a separate competition. Tenderers may apply for one, multiple or all lots. Ability West will establish Single-Party Framework Agreements with service provider(s) for each Lot. List of routes: List of Routes: Lot 1: Route 1 Whitegate, Co. Clare to Portumna, Co. Galway; Lot 2: Route 2 Banagher, Co. Galway to Portumna, Co. Galway; Lot 3: Route 3 Terryglass, Co. Tipperary to Portumna, Co. Galway; Lot 4: Route 8 Barnaderg, Co. Galway to Mountbellew, Co Galway to Tuam, Co. Galway; Lot 5: Route 9 Dunmore, Co. Galway to Tuam Co. Galway; Lot 6: Route 10 Headford, Co. Galway to Tuam, Co. Galway; Lot 7: Route 11 Collinamuck, Roscahill, Co. Galway to Galway City; Lot 8: Route 12 Ballybrit, Galway to Galway City; Lot 9: Route 13 Headford, Co. Galway to Galway City; Lot 10: Route 14 Mountbellew, Co. Galway to Galway City; Lot 11: Route 15 Gloves Athenry, Co. Galway to Galway City; Lot 12: Route 16 Galway City to Brooklodge, Ballyglunin, Co. Galway; Lot 13: Route 20 Craughwell, Co. Galway to Galway City; Lot 14: Route 21 Mountbellew to Glenamaddy, Co. Galway; Lot 15: Route 24 Menlough to Mounbellew, Co. Galway; Lot 16: Route 25 Knocknacarra to Galway City; Lot 17: Route 26 Ballyglunin, Co Galway to Galway City; Lot 18: Route 27 Headford Surrounds to Headford Town; Lot 19: Route 28 Spiddal, Co Galway to Galway City.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 63712000 Support services for road transport
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Options :
Description of the options : The framework agreement will be for a maximum period of four (4) years. The initial call-off contract will be for a period of three (3) years, with an option to extend it for further periods of up to two (2) years subject to strategic alignment, satisfactory performance and budget availability.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 9 095 000 Euro
Maximum value of the framework agreement : 9 095 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : It is envisaged that maximum spend under this competition will not exceed €9,095,000 across the 19 Lots. The maximum value of each Lot is as follows: Lot 1: € 415,000; Lot 2: € 400,000; Lot 3: € 100,000; Lot 4: € 530,000; Lot 5: € 520,000; Lot 6: € 540,000; Lot 7: € 720,000; Lot 8: € 585,000; Lot 9: € 545,000; Lot 10: € 570,000; Lot 11: € 550,000; Lot 12: € 355,000; Lot 13: € 425,000; Lot 14: € 390,000; Lot 15: € 540,000; Lot 16: € 430,000; Lot 17: € 430,000; Lot 18: € 475,000; Lot 19: € 575,000.

5.1.7 Strategic procurement

Aim of strategic procurement : Fulfilment of social objectives
Description : Accessible passenger transport for people with disabilities
Aim of strategic procurement : Reduction of environmental impacts
Description : Award criterion C - specific environmental measures
Approach to reducing environmental impacts : Pollution prevention and control
Green Procurement Criteria : Other Green Public Procurement criteria
Social objective promoted : Accessibility for all

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 21/07/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 21/07/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : TUPE information will be issued upon signing an NDA. The NDA has been included with the tender package and is available as a separate appendix (see Appendix 5) on eTenders. Tenderers are required to sign the NDA and issue it via the messaging facility on eTenders. Upon receipt of the signed NDA, the Contracting Authority will supply the TUPE information (Appendix 6) to the tenderer via the same messaging facility.
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : To be agreed with the successful tenderers.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with Statutory remedies (S.I. 130/2010).
Organisation providing offline access to the procurement documents : Ability West -
Organisation receiving requests to participate : Ability West -
Organisation processing tenders : Ability West -

8. Organisations

8.1 ORG-0001

Official name : Ability West
Registration number : 61317
Postal address : Blackrock House, Salthill
Town : Galway
Postcode : H91R254
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Telephone : 091540900
Internet address : https://www.abiltywest.ie
Roles of this organisation :
Buyer
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 subdivision (NUTS) : Dublin ( IE061 )
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
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 6cfbec10-d6de-4fe7-b7e5-15a356288910 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 11:01 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00402523-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025