Civils Framework 2025

The Framework will be in three lots. • Lot 1 will be a single party framework and will be awarded to the most economically advantageous tenderer as a result of the evaluation of a tender competition for civil works. It is intended to use a sample project associated with the …

CPV: 45200000 Pilnīgas vai daļējas izbūves darbi un inženiertehniskie darbi, 71311100 Inženiertehnisko darbu atbalsta pakalpojumi
Izpildes vieta:
Civils Framework 2025
Piešķīrēja iestāde:
Dublin Bus / Bus Atha Cliath
Piešķīruma numurs:
1

1. Buyer

1.1 Buyer

Official name : Dublin Bus / Bus Atha Cliath
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Civils Framework 2025
Description : The Framework will be in three lots. • Lot 1 will be a single party framework and will be awarded to the most economically advantageous tenderer as a result of the evaluation of a tender competition for civil works. It is intended to use a sample project associated with the installation of Electric Bus Charging Infrastructure to award this Lot. • Lot 2 will arise in the event the successful tenderer in Lot 1 is unable to undertake any requested works in reference to EBCI civil works. Lot 2 would then be run as a mini competition between the framework members that are unsuccessful in the Lot 1 competition. • Lot 3 will be used for any contracts awarded for routine or “business as usual” Civil Works less than €1 million. The main focus of Lot 1 (and Lot 2 to slightly lesser extent) is to mirror the National Transport Authority’s recent tender competition to establish a single and multi-party framework (via Lots) for the design and installation of Electric Bus Charging Infrastructure (EBCI). This EBCI Framework arrangement will produce separate electrical and civil design packages and installation elements of the works required to provide adequate Charging infrastructure at all Dublin Bus depots over the coming years, on a phased basis. • It is intended that Lot 1 be used for the contracts associated with EBCI civil works from €1m ex VAT upward. This will be a single-party framework Lot. • It is intended that Lot 2 be used for contracts associated with EBCI civil works (spillover from Lot 1) and for any potential general civil works (spillover from Lot 3) from €1m ex VAT upward. Mini competitions would be run for each contract within Lot 2. • It is intended that Lot 3 be used for contracts from €15k - €1m ex VAT for general (non-EBCI related*) civil works. This would be predominantly used for “Business as Usual” works such as concrete replacement contracts, vehicle inspection pit works, exploratory works and surveys. Mini competitions will be run per project within Lot 3 *The potential for the construction of concrete-built substations will be allowed for in Lot 3, due to those anticipated contract values of being too low for Lot 1 or Lot 2. Interaction between Lot 1 and Lot 2 In order to ensure that Dublin Bus’s transition to a zero-emission urban public bus fleet can continue to be progressed in a timely and efficient manner, it is intended that most Call-Off Contracts greater than €1m ex VAT relating to EBCI installations shall be awarded to the Framework Contractor appointed to Lot 1. However, where one or more of the following applies to a proposed Call-Off Contract greater than €1m ex VAT relating to EBCI installations, it is intended that Dublin Bus shall be entitled, at its sole discretion, to procure this Call-Off Contract from Lot 2 via a mini-competition, whereby Dublin Bus shall issue a request to all Framework Contractors that have been appointed to Lot 2:. • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract; or • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract within the timeframe required by Dublin Bus, or • the Framework Contractor appointed to Lot 1 is unable to deliver the required bond for the call-off contract in question, or • the Framework Contractor appointed to Lot 1 does not deliver a reasonable and Value-for-Money price for a contract. See PQQ Document for further information
Procedure identifier : b0835e9c-4292-4cc6-aef4-672335f8f265
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 71311100 Civil engineering support services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 11 700 000 Euro
Maximum value of the framework agreement : 11 700 000 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 : 3
The tenderer must submit tenders for all lots

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 Single party Framework for EV requirements
Description : The Framework will be in three lots. • Lot 1 will be a single party framework and will be awarded to the most economically advantageous tenderer as a result of the evaluation of a tender competition for civil works. It is intended to use a sample project associated with the installation of Electric Bus Charging Infrastructure to award this Lot. • Lot 2 will arise in the event the successful tenderer in Lot 1 is unable to undertake any requested works in reference to EBCI civil works. Lot 2 would then be run as a mini competition between the framework members that are unsuccessful in the Lot 1 competition. • Lot 3 will be used for any contracts awarded for routine or “business as usual” Civil Works less than €1 million. The main focus of Lot 1 (and Lot 2 to slightly lesser extent) is to mirror the National Transport Authority’s recent tender competition to establish a single and multi-party framework (via Lots) for the design and installation of Electric Bus Charging Infrastructure (EBCI). This EBCI Framework arrangement will produce separate electrical and civil design packages and installation elements of the works required to provide adequate Charging infrastructure at all Dublin Bus depots over the coming years, on a phased basis. • It is intended that Lot 1 be used for the contracts associated with EBCI civil works from €1m ex VAT upward. This will be a single-party framework Lot. • It is intended that Lot 2 be used for contracts associated with EBCI civil works (spillover from Lot 1) and for any potential general civil works (spillover from Lot 3) from €1m ex VAT upward. Mini competitions would be run for each contract within Lot 2. • It is intended that Lot 3 be used for contracts from €15k - €1m ex VAT for general (non-EBCI related*) civil works. This would be predominantly used for “Business as Usual” works such as concrete replacement contracts, vehicle inspection pit works, exploratory works and surveys. Mini competitions will be run per project within Lot 3 *The potential for the construction of concrete-built substations will be allowed for in Lot 3, due to those anticipated contract values of being too low for Lot 1 or Lot 2. Interaction between Lot 1 and Lot 2 In order to ensure that Dublin Bus’s transition to a zero-emission urban public bus fleet can continue to be progressed in a timely and efficient manner, it is intended that most Call-Off Contracts greater than €1m ex VAT relating to EBCI installations shall be awarded to the Framework Contractor appointed to Lot 1. However, where one or more of the following applies to a proposed Call-Off Contract greater than €1m ex VAT relating to EBCI installations, it is intended that Dublin Bus shall be entitled, at its sole discretion, to procure this Call-Off Contract from Lot 2 via a mini-competition, whereby Dublin Bus shall issue a request to all Framework Contractors that have been appointed to Lot 2:. • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract; or • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract within the timeframe required by Dublin Bus, or • the Framework Contractor appointed to Lot 1 is unable to deliver the required bond for the call-off contract in question, or • the Framework Contractor appointed to Lot 1 does not deliver a reasonable and Value-for-Money price for a contract. See PQQ Document for further information
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 71311100 Civil engineering support services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 11 700 000 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

5.1.11 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
Deadline for requesting additional information : 18/08/2025 00:00 +01:00

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 : Not allowed
Deadline for receipt of expressions of interest : 25/08/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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
Organisation providing additional information about the procurement procedure : Dublin Bus / Bus Atha Cliath
Organisation providing offline access to the procurement documents : Dublin Bus / Bus Atha Cliath
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin Bus / Bus Atha Cliath
Organisation processing tenders : Dublin Bus / Bus Atha Cliath

5.1 Lot technical ID : LOT-0002

Title : Lot 2 for EV requirements if Lot 1 isn't possible and any civil requirements in excess of €1m for Lot 3
Description : The Framework will be in three lots. • Lot 1 will be a single party framework and will be awarded to the most economically advantageous tenderer as a result of the evaluation of a tender competition for civil works. It is intended to use a sample project associated with the installation of Electric Bus Charging Infrastructure to award this Lot. • Lot 2 will arise in the event the successful tenderer in Lot 1 is unable to undertake any requested works in reference to EBCI civil works. Lot 2 would then be run as a mini competition between the framework members that are unsuccessful in the Lot 1 competition. • Lot 3 will be used for any contracts awarded for routine or “business as usual” Civil Works less than €1 million. The main focus of Lot 1 (and Lot 2 to slightly lesser extent) is to mirror the National Transport Authority’s recent tender competition to establish a single and multi-party framework (via Lots) for the design and installation of Electric Bus Charging Infrastructure (EBCI). This EBCI Framework arrangement will produce separate electrical and civil design packages and installation elements of the works required to provide adequate Charging infrastructure at all Dublin Bus depots over the coming years, on a phased basis. • It is intended that Lot 1 be used for the contracts associated with EBCI civil works from €1m ex VAT upward. This will be a single-party framework Lot. • It is intended that Lot 2 be used for contracts associated with EBCI civil works (spillover from Lot 1) and for any potential general civil works (spillover from Lot 3) from €1m ex VAT upward. Mini competitions would be run for each contract within Lot 2. • It is intended that Lot 3 be used for contracts from €15k - €1m ex VAT for general (non-EBCI related*) civil works. This would be predominantly used for “Business as Usual” works such as concrete replacement contracts, vehicle inspection pit works, exploratory works and surveys. Mini competitions will be run per project within Lot 3 *The potential for the construction of concrete-built substations will be allowed for in Lot 3, due to those anticipated contract values of being too low for Lot 1 or Lot 2. Interaction between Lot 1 and Lot 2 In order to ensure that Dublin Bus’s transition to a zero-emission urban public bus fleet can continue to be progressed in a timely and efficient manner, it is intended that most Call-Off Contracts greater than €1m ex VAT relating to EBCI installations shall be awarded to the Framework Contractor appointed to Lot 1. However, where one or more of the following applies to a proposed Call-Off Contract greater than €1m ex VAT relating to EBCI installations, it is intended that Dublin Bus shall be entitled, at its sole discretion, to procure this Call-Off Contract from Lot 2 via a mini-competition, whereby Dublin Bus shall issue a request to all Framework Contractors that have been appointed to Lot 2:. • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract; or • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract within the timeframe required by Dublin Bus, or • the Framework Contractor appointed to Lot 1 is unable to deliver the required bond for the call-off contract in question, or • the Framework Contractor appointed to Lot 1 does not deliver a reasonable and Value-for-Money price for a contract. See PQQ Document for further information
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 71311100 Civil engineering support services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 11 700 000 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

5.1.11 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
Deadline for requesting additional information : 18/08/2025 00:00 +01:00

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 : Not allowed
Deadline for receipt of expressions of interest : 25/08/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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
Organisation providing additional information about the procurement procedure : Dublin Bus / Bus Atha Cliath
Organisation providing offline access to the procurement documents : Dublin Bus / Bus Atha Cliath
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin Bus / Bus Atha Cliath
Organisation processing tenders : Dublin Bus / Bus Atha Cliath

5.1 Lot technical ID : LOT-0003

Title : Lots 3 Civil Works between €15k and €1m
Description : The Framework will be in three lots. • Lot 1 will be a single party framework and will be awarded to the most economically advantageous tenderer as a result of the evaluation of a tender competition for civil works. It is intended to use a sample project associated with the installation of Electric Bus Charging Infrastructure to award this Lot. • Lot 2 will arise in the event the successful tenderer in Lot 1 is unable to undertake any requested works in reference to EBCI civil works. Lot 2 would then be run as a mini competition between the framework members that are unsuccessful in the Lot 1 competition. • Lot 3 will be used for any contracts awarded for routine or “business as usual” Civil Works less than €1 million. The main focus of Lot 1 (and Lot 2 to slightly lesser extent) is to mirror the National Transport Authority’s recent tender competition to establish a single and multi-party framework (via Lots) for the design and installation of Electric Bus Charging Infrastructure (EBCI). This EBCI Framework arrangement will produce separate electrical and civil design packages and installation elements of the works required to provide adequate Charging infrastructure at all Dublin Bus depots over the coming years, on a phased basis. • It is intended that Lot 1 be used for the contracts associated with EBCI civil works from €1m ex VAT upward. This will be a single-party framework Lot. • It is intended that Lot 2 be used for contracts associated with EBCI civil works (spillover from Lot 1) and for any potential general civil works (spillover from Lot 3) from €1m ex VAT upward. Mini competitions would be run for each contract within Lot 2. • It is intended that Lot 3 be used for contracts from €15k - €1m ex VAT for general (non-EBCI related*) civil works. This would be predominantly used for “Business as Usual” works such as concrete replacement contracts, vehicle inspection pit works, exploratory works and surveys. Mini competitions will be run per project within Lot 3 *The potential for the construction of concrete-built substations will be allowed for in Lot 3, due to those anticipated contract values of being too low for Lot 1 or Lot 2. Interaction between Lot 1 and Lot 2 In order to ensure that Dublin Bus’s transition to a zero-emission urban public bus fleet can continue to be progressed in a timely and efficient manner, it is intended that most Call-Off Contracts greater than €1m ex VAT relating to EBCI installations shall be awarded to the Framework Contractor appointed to Lot 1. However, where one or more of the following applies to a proposed Call-Off Contract greater than €1m ex VAT relating to EBCI installations, it is intended that Dublin Bus shall be entitled, at its sole discretion, to procure this Call-Off Contract from Lot 2 via a mini-competition, whereby Dublin Bus shall issue a request to all Framework Contractors that have been appointed to Lot 2:. • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract; or • the Framework Contractor appointed to Lot 1 is unable to deliver the full scope of the proposed Call-Off Contract within the timeframe required by Dublin Bus, or • the Framework Contractor appointed to Lot 1 is unable to deliver the required bond for the call-off contract in question, or • the Framework Contractor appointed to Lot 1 does not deliver a reasonable and Value-for-Money price for a contract. See PQQ Document for further information
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 71311100 Civil engineering support services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 11 700 000 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

5.1.11 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
Deadline for requesting additional information : 18/08/2025 00:00 +01:00

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 : Not allowed
Deadline for receipt of expressions of interest : 25/08/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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
Organisation providing additional information about the procurement procedure : Dublin Bus / Bus Atha Cliath
Organisation providing offline access to the procurement documents : Dublin Bus / Bus Atha Cliath
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin Bus / Bus Atha Cliath
Organisation processing tenders : Dublin Bus / Bus Atha Cliath

8. Organisations

8.1 ORG-0001

Official name : Dublin Bus / Bus Atha Cliath
Registration number : 119569
Postal address : 21 Phibsboro Road Dublin 7
Town : Dublin
Postcode : D07 F77P
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 017033472
Internet address : https://www.dublinbus.ie/
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 subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

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 : e20c2cd0-bf1c-4aed-9fca-345bf806332f - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 23/07/2025 12:33 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00484533-2025
OJ S issue number : 140/2025
Publication date : 24/07/2025