Contract notice

Information

Published

Date of dispatch of this notice: 30/11/2020

Expire date: 29/01/2021

External Reference: 2020-246468

TED Reference: 2020/S 237-584493

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick City and County Council
3267368TH
Merchant's Quay
Limerick
Co.Limerick
IE
Contact person: Carol Sweetnam
Telephone: +353 61556841
Internet address(es):
Main address: www.srwmo.ie

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=179038&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Party Framework Agreement for the Environmental Risk Assessment (ERA) of Closed Landfills & Unregulated Waste Disposal Sites for the 3 Waste Regions: Lot 1 - CUR, Lot 2 - EMR & Lot 3
II.1.2)

Main CPV code

71313000  -  Environmental engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Limerick City and County Council on behalf of the Southern Regional Waste Management Planning Office wishes to establish a Multi Party Framework Agreement for the Environmental Risk Assessment (ERA) of Closed Landfills & Unregulated Waste Disposal Sites.as follows:
Lot 1 - Connacht-Ulster Region (CUR)
Lot 2 - Eastern Midlands Region (EMR)
Lot 3 - Southern Region (SR)
The Multi Party Framework Agreement will be established comprising the following services:
- Environmental Consultancy Services (Lead)
- PSDP Services
- PSCS Services
- Site Investigation Services
- Geophysical Surveys
- Topographical Surveys
- Laboratory Analytical Services
It should be noted that the individual local authorities, included in the respective Lots, will procure consultants from the framework as the need arises.
Please see 'Outline Project Brief ' document for further details
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  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 – Connacht-Ulster Region (CUR)
Lot No:  1
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
II.2.4)

Description of the procurement

Lot 1 –Connacht-Ulster Region (CUR) includes the administrative areas of the following local authorities – Cavan, Donegal, Galway City, Galway County, Leitrim, Mayo, Monaghan, Roscommon and Sligo.
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 9
Objective criteria for choosing the limited number of candidates:
As per SAQ
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

The 3 framework lots will mirror the 3 Waste Regions. Applicants may apply for one or more Lots however Applicants will be required to demonstrate they have the necessary financial and technical capacity (including the necessary resources) to fulfil the requirements of those Lots applied for. Applicants must clearly state which Lots they are applying for when submitting.
II.2)

Description

II.2.1)

Title

Lot 2 – Eastern Midlands Region (EMR)
Lot No:  2
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
II.2.4)

Description of the procurement

Lot 2 – Eastern Midlands Region (EMR) includes the administrative areas of the following local authorities – Dublin City, Dún Laoghaire-Rathdown, Fingal, Kildare, Laois, Longford, Louth, Meath, South Dublin, Offaly, Westmeath and Wicklow.
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 9
Objective criteria for choosing the limited number of candidates:
As per SAQ
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

The 3 framework lots will mirror the 3 Waste Regions. Applicants may apply for one or more Lots however Applicants will be required to demonstrate they have the necessary financial and technical capacity (including the necessary resources) to fulfil the requirements of those Lots applied for. Applicants must clearly state which Lots they are applying for when submitting.
II.2)

Description

II.2.1)

Title

Lot 3 – Southern Region (SR)
Lot No:  3
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
II.2.4)

Description of the procurement

Lot 3 – Southern Region (SR) includes the administrative areas of the following local authorities – Carlow, Clare, Cork City, Cork County, Kerry, Kilkenny, Limerick City & County, Tipperary, Waterford City & County and Wexford.
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 9
Objective criteria for choosing the limited number of candidates:
As per SAQ
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

The 3 framework lots will mirror the 3 Waste Regions. Applicants may apply for one or more Lots however Applicants will be required to demonstrate they have the necessary financial and technical capacity (including the necessary resources) to fulfil the requirements of those Lots applied for. Applicants must clearly state which Lots they are applying for when submitting.

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:  As per SAQ and associated project brief
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

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
As per SAQ
III.2.2)

Contract performance conditions

As per tender documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  6
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:  15/01/2021
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:181056) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response.
5) This is the sole call for competition for this framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) It will be a condition of award that the successful tenderer is and remains tax compliant.
8) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
9) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
10) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
11) At Section II.2.9 we have indicated that 9 will be invited to tender, please note that the contracting authority reserves the right to invite at least 9 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Framework is covered by the Remedies Directive & the relevant standstill period applied at the time of notification.