Contract notice

Information

Published

Date of dispatch of this notice: 24/02/2021

Expire date: 01/04/2021

External Reference: 2021-279373

TED Reference: 2021/S 041-102775

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Donegal County Council
N/A
County House
Co Donegal
Lifford
IE
Contact person: Julie McMahon
Telephone: +353 9153900
Internet address(es):
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=183596&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

General Consultancy Services in Support of Licensed Landfills In County Donegal
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The successful consultant will be required to provide services including the following:-
• Annual Environmental Reports (AER’s) for each facility (as per the requirements contained in the Waste Licences) for each year, commencing for reporting period 2021;
• Annual Pollutant Release Transfer Register (PRTR) returns for each facility for each year, commencing for reporting period 2021;
• Delivery of Hydrogeological Risk Assessment follow-up recommendations for four facilities:- Muckish, Glenalla, Drumaboden and Churchtown LS’s, and finalisation of these HRA’s;
• Production of a Safety Statement for each operational facility;
II.1.5)

Estimated total value

Value excluding VAT: 220000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71313000  -  Environmental engineering consultancy services
90715000  -  Pollution investigation services
90733100  -  Surface water pollution monitoring or control services
90733900  -  Groundwater pollution treatment or rehabilitation
II.2.4)

Description of the procurement

The successful consultant will be required to provide services including the following:-
• Annual Environmental Reports (AER’s) for each facility (as per the requirements contained in the Waste Licences) for each year, commencing for reporting period 2021;
• Annual Pollutant Release Transfer Register (PRTR) returns for each facility for each year, commencing for reporting period 2021;
• Delivery of Hydrogeological Risk Assessment follow-up recommendations for four facilities:- Muckish, Glenalla, Drumaboden and Churchtown LS’s, and finalisation of these HRA’s;
• Production of a Safety Statement for each operational facility;
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: 220000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Three year contract with option to extend for two separate periods of one year each
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Three year contract with option to extend for two separate periods of one year each
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:  As stated in procurement documents available to download from www.etenders.gov.ie using RFT185278.
III.1.2)

Economic and financial standing

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

Technical and professional ability

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

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  26/03/2021
Local time:  15:00
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:  26/03/2021
Local time:  15:00
Place:  
Lifford, Co. Donegal
Information about authorised persons and opening procedure:  
Council Secretariat

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

High Court of Ireland
Four Courts, Inns Quay
Dublin 7
IE

VI.4.2)

Body responsible for mediation procedures

President of Engineers of Ireland
Dublin
IE