Contract award notice

Information

Published

Date of dispatch of this notice: 17/10/2017

External Reference: 2017-027392

TED Reference: 2017/S 202-416339

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Environment and Transportation Department, Block 2, Floor 6, Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Executive Manager
Telephone: +353 12224829
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multiparty Framework Agreement for the Disposal of Repatriated Waste from Northern Ireland
Reference number:  118663
II.1.2)

Main CPV code

90513100  -  Household-refuse disposal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Since 2000, thousands of tonnes of waste were illegally deposited at various sites in Northern Ireland which had origins in the Republic of Ireland. An agreement was reached between the two jurisdictions for the repatriation of this waste. Dublin City Council, as the competent authority for the Republic of Ireland, requires a service for the disposal of this waste from up to five of these sites to an authorised facility in the Republic of Ireland. This competition will involve the appointment of a number of participants who will each be required to execute a Framework Agreement. The disposal of waste from each site will be subject to individual mini-competitions (Call-Off Contracts). Each successful participant who executes a Framework Agreement will be invited to tender for the individual Call-Off Contracts. The Framework Agreement shall have a term of three years but may be extended at the discretion of the Contracting Authority by a period of one year.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

90513200  -  Urban solid-refuse disposal services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Successful participants who execute a Framework Agreement will be invited to tender for each individual Call-Off Contract. There will be up to five Call-Off Contracts issued during the term of the Framework Agreement, with one Call-Off Contract for each waste site. The amount of waste that requires disposal from each waste site will be detailed in the invitation sent to each participant. The successful participant will be required to supply Dublin City Council with documentation regarding the waste disposal as detailed in the Invitation to Tender. The haulage of the waste from Northern Ireland to the participant’s waste licensed facility does not form part of this Invitation to Tender.
II.2.5)

Award criteria

Criteria below
Cost criterion  -  Name:  Ultimate Price Per Tonne  /  Weighting:  100
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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

Notice number in the OJ S: 2017/S 104-207771

Section V: Award of contract

Contract No: 1

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section VI: Complementary information

VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. 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.
5. Please note also that 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. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by the Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. All queries regarding this tender must be emailed to repatriationtender@dublincity.ie for the attention of Brian Heffernan. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 30th June 2017 to enable issue of responses to all interested parties.
9. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
10. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration Required. Supporting documentation should be provided promptly upon request from the Contracting Authority.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court Chief Registrar
The Four Courts, Inns Quay,
Dublin 7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor