Contract notice

Information

Published

Date of dispatch of this notice: 30/07/2020

Expire date: 07/10/2020

External Reference: 2020-275343

TED Reference: 2020/S 149-365432

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=171150&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for Confidential Shredding for OGP
Reference number:  PROJ000006164
II.1.2)

Main CPV code

92512100  -  Archive destruction services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
The provision of Confidential Shredding Services including:
The shredding of paper (on site)
The shredding of paper (off site)
The shredding of IT Equipment and Clothing (on site)
The shredding of IT Equipment and Clothing (off site)
II.1.5)

Estimated total value

Value excluding VAT: 6600000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 4
II.2)

Description

II.2.1)

Title

Lot 1 Leinster
Lot No:  1
II.2.2)

Additional CPV code(s)

30191400  -  Shredders
34144511  -  Refuse-collection vehicles
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511300  -  Litter collection services
90511400  -  Paper collecting services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90513200  -  Urban solid-refuse disposal services
90513300  -  Refuse incineration services
90514000  -  Refuse recycling services
90533000  -  Waste-tip management services
90700000  -  Environmental services
90710000  -  Environmental management
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The provision of Confidential Shredding Services including:
The shredding of paper (on site)
The shredding of paper (off site)
The shredding of IT Equipment and Clothing (on site)
The shredding of IT Equipment and Clothing (off site)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A. Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  300
Quality criterion  -  Name:  B. Quality of Tenderer’s proposed Continuity of Service and Contingency Planning  /  Weighting:  250
Quality criterion  -  Name:  C. Quality of Tenderer’s proposal in respect of Environmental Initiatives  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 2400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
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

Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Lot 2 Munster
Lot No:  2
II.2.2)

Additional CPV code(s)

30191400  -  Shredders
34144511  -  Refuse-collection vehicles
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511300  -  Litter collection services
90511400  -  Paper collecting services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90513200  -  Urban solid-refuse disposal services
90513300  -  Refuse incineration services
90514000  -  Refuse recycling services
90533000  -  Waste-tip management services
90700000  -  Environmental services
90710000  -  Environmental management
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The provision of Confidential Shredding Services including:
The shredding of paper (on site)
The shredding of paper (off site)
The shredding of IT Equipment and Clothing (on site)
The shredding of IT Equipment and Clothing (off site)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A. Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  300
Quality criterion  -  Name:  B. Quality of Tenderer’s proposed Continuity of Service and Contingency Planning  /  Weighting:  250
Quality criterion  -  Name:  C. Quality of Tenderer’s proposal in respect of Environmental Initiatives  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
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

Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Lot 3 Connacht & Ulster
Lot No:  3
II.2.2)

Additional CPV code(s)

30191400  -  Shredders
34144511  -  Refuse-collection vehicles
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511300  -  Litter collection services
90511400  -  Paper collecting services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90513200  -  Urban solid-refuse disposal services
90513300  -  Refuse incineration services
90514000  -  Refuse recycling services
90533000  -  Waste-tip management services
90700000  -  Environmental services
90710000  -  Environmental management
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The provision of Confidential Shredding Services including:
The shredding of paper (on site)
The shredding of paper (off site)
The shredding of IT Equipment and Clothing (on site)
The shredding of IT Equipment and Clothing (off site)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A. Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  300
Quality criterion  -  Name:  B. Quality of Tenderer’s proposed Continuity of Service and Contingency Planning  /  Weighting:  250
Quality criterion  -  Name:  C. Quality of Tenderer’s proposal in respect of Environmental Initiatives  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
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

Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Lot 4 Multi Geographic (Contracting Authorities with requirements in more than one Geographic Lot)
Lot No:  4
II.2.2)

Additional CPV code(s)

30191400  -  Shredders
34144511  -  Refuse-collection vehicles
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511300  -  Litter collection services
90511400  -  Paper collecting services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90513200  -  Urban solid-refuse disposal services
90513300  -  Refuse incineration services
90514000  -  Refuse recycling services
90533000  -  Waste-tip management services
90700000  -  Environmental services
90710000  -  Environmental management
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The provision of Confidential Shredding Services including:
The shredding of paper (on site)
The shredding of paper (off site)
The shredding of IT Equipment and Clothing (on site)
The shredding of IT Equipment and Clothing (off site)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A. Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  300
Quality criterion  -  Name:  B. Quality of Tenderer’s proposed Continuity of Service and Contingency Planning  /  Weighting:  250
Quality criterion  -  Name:  C. Quality of Tenderer’s proposal in respect of Environmental Initiatives  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 2400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.
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

Any Framework Contract that may result from this Competition will be issued for a term of three (3) years (“the Term”). The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions. The Term will not exceed four (4) years in aggregate.

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

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).

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
Framework agreement with a single operator
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: 2020/S 051-121045
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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)
IV.2.7)

Conditions for opening of tenders

Date:  23/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 173590).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.