Contract notice

Information

Published

Date of dispatch of this notice: 15/01/2021

Expire date: 24/02/2021

External Reference: 2021-281567

TED Reference: 2021/S 013-028095

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Offaly County Council
N/A
Áras an Chontae
Tullamore
Charleville Road
IE
Contact person: John McNally
Telephone: +353 935746800
Internet address(es):
Main address: http://www.offaly.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=181211&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

Operation & Management of 3no. Civic Amenity Sites and Derryclure Public Tipping Head
Reference number:  OCC CAS 2021
II.1.2)

Main CPV code

90514000  -  Refuse recycling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Operation & Management of 3no. civic amenity Sites and Derryclure Public Tipping Head
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90514000  -  Refuse recycling services
II.2.3)

Place of performance

Main site or place of performance:  
Co. Offaly
II.2.4)

Description of the procurement

Service contract open proceedure
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Initial contract of 24 months, with an option for a further 24 months and a final option of a further 12 months
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

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

Technical and professional ability

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

Conditions related to the contract

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

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/02/2021
Local time:  16:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/02/2021
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

John McNally
Tullamore
IE