Contract notice

Information

Published

Date of dispatch of this notice: 29/03/2018

Expire date: 30/04/2018

External Reference: 2018-697491

TED Reference: 2018/S 064-142650

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Housing Maintenance Section, Housing & Community Services, Civic Offices, Block 2, Floor 3, Wood Quay
Dublin 8
Dublin
IE
Contact person: John MacEvilly
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=127009&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
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

Provision of waste collection services in Dublin City Council’s administrative area
Reference number:  Etenders RFT ID: 131954
II.1.2)

Main CPV code

90511000  -  Refuse collection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of waste collection services in Dublin City Council’s administrative area in two lots:
Lot 1: Waste collection service from designated Dublin City Council residential properties;
Lot 2: Waste collection service from Dublin City Council premises (non-domestic)
Candidates may apply for one or both Lots
II.1.5)

Estimated total value

Value excluding VAT: 11660000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Waste collection services from designated Dublin City Council residential properties
Lot No:  1
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90511200  -  Household-refuse collection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City
II.2.4)

Description of the procurement

Waste collection service from designated Dublin City Council residential properties as follows:
• DCC Flat complexes and Senior Citizens complexes
• Selected Residential tenancies in the NEIC
• DCC Traveller Accommodation Site (St. Margarets); and
• Other residential properties that may arise during the term of the initial contract, including pilot programmes that may be introduced.
Service Providers will be required to collect bins ranging in sizes. These will include 140litre, 240 litre, 660 litre, 960 litre, 1100 litre bins and 1280 litre. Rear Loader vehicles will need to be capable of safely and satisfactorily lifting all sizes of bins ensuring that the chip is registering and correctly recording information.
Candidates will be required to demonstrate that they have the capability to provide collection services across the entire range of bin sizes.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 11000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for two (2) years, with the option to extend for further periods of one (1) year, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
All details relating to this competition are available on www.etenders.gov.ie Ref ID: 131954
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2.14)

Additional information

All details relating to this competition are available on www.etenders.gov.ie Ref ID: 131954
II.2)

Description

II.2.1)

Title

Waste collection service from Dublin City Council premises (non-domestic)
Lot No:  2
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90511200  -  Household-refuse collection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City
II.2.4)

Description of the procurement

Dublin City Council will require a waste collection service in Dublin City Council’s Non-Domestic Properties e.g. libraries, City Hall etc. details of the locations and requirements will be provided at tender stage.
Collection is currently carried out using a combination of bins and bags.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 660000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for two (2) years, with the option to extend for further periods of one (1) year, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
All details relating to this competition are available on www.etenders.gov.ie Ref ID: 131954
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2.14)

Additional information

All details relating to this competition are available on www.etenders.gov.ie Ref ID: 131954

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  2
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/04/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

eTenders RFT ID: 131954
1. The estimated total value of the any purchases pursuant to the framework agreements will not exceed €11,660,000 (ex VAT) over their lifetime. The value of contracts under Lot1 being up to €11,000,000 and the value of contracts under Lot 2 being up to €660,000 (excl. VAT).
It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
2. The numbers invited to tender, under each Lot, will be the top five (5) qualifying candidates subject to that number qualifying.
3. The framework agreement for each Lot will be established as a multi-party framework agreement with two (2) number of operators following the tender stage and the application of the tender award criteria.
4. This is the sole call for competition for this service.
5. Dublin City Council will not be responsible for any costs, charges or expenses incurred by Applicants or tenderers.
6. Contract award will be subject to the approval of the competent authorities.
7. The framework agreement will be for two [2] years with an option to extend on an annual basis, subject to a maximum duration of four [4] years and subject to satisfactory performance, business needs and budgetary constraints.
For the avoidance of doubt, the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
8. In the event that, following the award of the framework agreements, the successful framework member(s) cannot, for whatever reason, deliver the required services to the satisfaction of Dublin City Council; Dublin City Council reserves the right to award the agreement to the next highest-ranked tenderer emerging from this competitive process at any time during the tender validity period. This shall be without prejudice to the right of Dublin City Council to terminate the relevant framework agreement and commence a new competitive process.
9. At its absolute discretion, Dublin City Council may elect to terminate this procurement process, the framework agreements or any contract awarded under the framework agreements at any time.
10. Without prejudice to the principle of equal treatment, Dublin City Council is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
11. Please see 'Additional Document' available on www.etenders.gov.ie RFT ID 131954, for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

The High Court
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

The High Court
Dublin
IE