Contract notice

Information

Published

Date of dispatch of this notice: 05/11/2020

Expire date: 17/12/2020

External Reference: 2020-247763

TED Reference: 2020/S 219-537900

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
Telephone: +353 761008000
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=177304&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

Multi Supplier Framework Agreement for the Provision of Waste Management Services for The Office of Government Procurement
Reference number:  PROJ000006162
II.1.2)

Main CPV code

90500000  -  Refuse and waste related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
II.1.5)

Estimated total value

Value excluding VAT: 80800000.00  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

Lot 1: Dublin, Kildare, Wicklow
Lot No:  1
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”). In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips- Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bin - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 2: Cork, Kerry
Lot No:  2
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 16000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 3: Cavan, Longford, Louth, Meath, Monaghan
Lot No:  3
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency of Service  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 4: Clare, Limerick
Lot No:  4
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI& MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 5: Carlow, Kilkenny, Wexford
Lot No:  5
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 X 12 months
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)

Description

II.2.1)

Title

Lot 6: Glaway
Lot No:  6
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors- Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins- Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 7: Mayo
Lot No:  7
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service& Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Rental Costs  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors - Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips- Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 8: Laois, Offaly, Westmeath
Lot No:  8
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Management  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environment Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers - Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors -Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors - Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers - Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors- Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins - Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips - Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins - Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 9: Tipperary, Waterford
Lot No:  9
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environmental Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 10: Donegal
Lot No:  10
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environmental Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 11: Leitrim, Sligo
Lot No:  11
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environmental Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins Total KG Cost  /  Weighting:  80
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: 24
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:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 12: Roscommon
Lot No:  12
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environmental Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins Total KG Cost  /  Weighting:  80
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: 24
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:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)
Lot No:  13
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-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
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Control  /  Weighting:  70
Quality criterion  -  Name:  Continuity of Service & Contingency Planning  /  Weighting:  150
Quality criterion  -  Name:  Environmental Management  /  Weighting:  150
Quality criterion  -  Name:  Staff Training, CI & MI  /  Weighting:  180
Quality criterion  -  Name:  Contract Management & Support Plan  /  Weighting:  200
Cost criterion  -  Name:  Balers Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Rental Cost  /  Weighting:  10
Cost criterion  -  Name:  Compactors Total Lift Cost  /  Weighting:  10
Cost criterion  -  Name:  Skips Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Balers Total Lift Cost  /  Weighting:  20
Cost criterion  -  Name:  Compactors Total Tonne Cost  /  Weighting:  20
Cost criterion  -  Name:  Wheelie Bins Total Lift Cost  /  Weighting:  40
Cost criterion  -  Name:  Skips Total Tonne Cost  /  Weighting:  40
Cost criterion  -  Name:  Wheelie Bins Total KG Cost  /  Weighting:  80
II.2.6)

Estimated value

Value excluding VAT: 19200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 months
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 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 #179416).
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 #179416).
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 #179416).
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 #179416).
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 #179416).
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 #179416).

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 several operators
Envisaged maximum number of participants to the framework agreement:  195
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 127-310633
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/12/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  17/12/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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