Contract award notice

Information

Published

Date of dispatch of this notice: 19/04/2021

External Reference: 2021-203143

TED Reference: 2021/S 079-202894

Contract award notice

Contract award notice

Results of the procurement procedure

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
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  99384000.00  EUR
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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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)

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

NUTS code:  IE -  IRELAND
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.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. 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

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
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 219-537900

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Greyhound Recycling & Recovery
9793449F
Crag Avenue, Clondalkin Industrial Estate
Dublin 22 Postcode D22 E718
Dublin
IE
Telephone: +353 14577777
Fax: +353 14571234
NUTS code:  IE -  IRELAND
Internet address: http://www.greyhound.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

KeyWaste Management Limited
64206625
Greenview, Greenhills Road, Walkinstown
Dublin
Dublin 12
IE
Telephone: +353 14299846
NUTS code:  IE -  IRELAND
Internet address: http://www.keywaste.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 4

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Oxigen Environmental
6335604F
Fist Foor, Block 4, Quayside Business Park, Mill Street
Dundalk A91 KA9R
Louth
IE
Telephone: +353 14263118
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 5

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Padraig Thornton Waste Disposal Ltd T/A Thorntons Recycling
4537333l
Unit S3B, Parkwest Business Park,
Dublin
Dublin 12.
IE
Telephone: +353 016235133
Fax: +353 016235131
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 6

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 7

Lot No: 1

Title: Lot 1: Dublin, Kildare, Wicklow

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24600000.00  EUR

Section V: Award of contract

Contract No: 8

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 9

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Clean Ireland Recycling
6550066E
Ballinagun Cree
Kilrusd
Kilrush Co Clare
IE
Telephone: +353 656891350
Fax: +353 656891349
NUTS code:  IE -  IRELAND
Internet address: http://www.cleanireland.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 10

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Country Clean Recycling
6391457L
Ballygown
Co. Cork
Mallow
IE
Telephone: +353 2246848
NUTS code:  IE -  IRELAND
Internet address: http://www.countryclean.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 11

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Dillon Waste Unlimited Company
IE6348148D
The Kerries
Co. Kerry
Tralee
IE
Telephone: +353 667126327
Fax: +353 667126404
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 12

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Higgins Waste & Recycling Services
6353005I
The Kerries
Co. Kerry
Tralee
IE
Telephone: +353 667123059
NUTS code:  IE -  IRELAND
Internet address: http://www.higginswaste.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 13

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

KWD Recycling
126626
Aughacureen
Kerry
Kerry
IE
Telephone: +353 0646632458
Fax: +353 0646638661
NUTS code:  IE -  IRELAND
Internet address: http://www.kwd.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 14

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Quality Recycling
IE9826142F
Ballylynch
Carrick On suir
Tipperary
IE
Telephone: +353 51600366
NUTS code:  IE -  IRELAND
Internet address: http://www.qrl.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 15

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 16

Lot No: 2

Title: Lot 2: Cork, Kerry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19680000.00  EUR

Section V: Award of contract

Contract No: 17

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 18

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 19

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Greyhound Recycling & Recovery
9793449F
Crag Avenue, Clondalkin Industrial Estate
Dublin 22 Postcode D22 E718
Dublin
IE
Telephone: +353 14577777
Fax: +353 14571234
NUTS code:  IE -  IRELAND
Internet address: http://www.greyhound.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 20

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Oxigen Environmental
6335604F
Fist Foor, Block 4, Quayside Business Park, Mill Street
Dundalk A91 KA9R
Louth
IE
Telephone: +353 14263118
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 21

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Padraig Thornton Waste Disposal Ltd T/A Thorntons Recycling
4537333l
Unit S3B, Parkwest Business Park,
Dublin
Dublin 12.
IE
Telephone: +353 016235133
Fax: +353 016235131
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 22

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 23

Lot No: 3

Title: Lot 3: Cavan, Longford, Louth, Meath, Monaghan

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2460000.00  EUR

Section V: Award of contract

Contract No: 24

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 25

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 26

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Clean Ireland Recycling
6550066E
Ballinagun Cree
Kilrusd
Kilrush Co Clare
IE
Telephone: +353 656891350
Fax: +353 656891349
NUTS code:  IE -  IRELAND
Internet address: http://www.cleanireland.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 27

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Country Clean Recycling
6391457L
Ballygown
Co. Cork
Mallow
IE
Telephone: +353 2246848
NUTS code:  IE -  IRELAND
Internet address: http://www.countryclean.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 28

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

KWD Recycling
126626
Aughacureen
Kerry
Kerry
IE
Telephone: +353 0646632458
Fax: +353 0646638661
NUTS code:  IE -  IRELAND
Internet address: http://www.kwd.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 29

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Mr Binman
509385
Luddenmore,
Co Limerick
Grange
IE
Telephone: +353 868523969
NUTS code:  IE -  IRELAND
Internet address: http://www.mrbinman.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 30

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 31

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 32

Lot No: 4

Title: Lot 4: Clare, Limerick

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Walsh Waste
4547894i
Deerpark Industrial Estate
Galway
Oranmore
IE
Telephone: +353 91840840
Fax: +353 91840841
NUTS code:  IE -  IRELAND
Internet address: http://www.walshwaste.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 33

Lot No: 5

Title: Lot 5: Carlow, Kilkenny, Wexford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 34

Lot No: 5

Title: Lot 5: Carlow, Kilkenny, Wexford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Country Clean Recycling
6391457L
Ballygown
Co. Cork
Mallow
IE
Telephone: +353 2246848
NUTS code:  IE -  IRELAND
Internet address: http://www.countryclean.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 35

Lot No: 5

Title: Lot 5: Carlow, Kilkenny, Wexford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Greyhound Recycling & Recovery
9793449F
Crag Avenue, Clondalkin Industrial Estate
Dublin 22 Postcode D22 E718
Dublin
IE
Telephone: +353 14577777
Fax: +353 14571234
NUTS code:  IE -  IRELAND
Internet address: http://www.greyhound.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 36

Lot No: 5

Title: Lot 5: Carlow, Kilkenny, Wexford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 37

Lot No: 5

Title: Lot 5: Carlow, Kilkenny, Wexford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 38

Lot No: 6

Title: Lot 6: Glaway

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7380000.00  EUR

Section V: Award of contract

Contract No: 39

Lot No: 6

Title: Lot 6: Glaway

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7380000.00  EUR

Section V: Award of contract

Contract No: 40

Lot No: 6

Title: Lot 6: Glaway

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7380000.00  EUR

Section V: Award of contract

Contract No: 41

Lot No: 6

Title: Lot 6: Glaway

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7380000.00  EUR

Section V: Award of contract

Contract No: 42

Lot No: 6

Title: Lot 6: Glaway

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Walsh Waste
4547894i
Deerpark Industrial Estate
Galway
Oranmore
IE
Telephone: +353 91840840
Fax: +353 91840841
NUTS code:  IE -  IRELAND
Internet address: http://www.walshwaste.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7380000.00  EUR

Section V: Award of contract

Contract No: 43

Lot No: 7

Title: Lot 7: Mayo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  984000.00  EUR

Section V: Award of contract

Contract No: 44

Lot No: 7

Title: Lot 7: Mayo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  984000.00  EUR

Section V: Award of contract

Contract No: 45

Lot No: 7

Title: Lot 7: Mayo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  984000.00  EUR

Section V: Award of contract

Contract No: 46

Lot No: 7

Title: Lot 7: Mayo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  984000.00  EUR

Section V: Award of contract

Contract No: 47

Lot No: 7

Title: Lot 7: Mayo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Walsh Waste
4547894i
Deerpark Industrial Estate
Galway
Oranmore
IE
Telephone: +353 91840840
Fax: +353 91840841
NUTS code:  IE -  IRELAND
Internet address: http://www.walshwaste.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  984000.00  EUR

Section V: Award of contract

Contract No: 48

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 49

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 50

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Clean Ireland Recycling
6550066E
Ballinagun Cree
Kilrusd
Kilrush Co Clare
IE
Telephone: +353 656891350
Fax: +353 656891349
NUTS code:  IE -  IRELAND
Internet address: http://www.cleanireland.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 51

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Greyhound Recycling & Recovery
9793449F
Crag Avenue, Clondalkin Industrial Estate
Dublin 22 Postcode D22 E718
Dublin
IE
Telephone: +353 14577777
Fax: +353 14571234
NUTS code:  IE -  IRELAND
Internet address: http://www.greyhound.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 52

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Oxigen Environmental
6335604F
Fist Foor, Block 4, Quayside Business Park, Mill Street
Dundalk A91 KA9R
Louth
IE
Telephone: +353 14263118
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 53

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 54

Lot No: 8

Title: Lot 8: Laois, Offaly, Westmeath

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 55

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 56

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 57

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Clean Ireland Recycling
6550066E
Ballinagun Cree
Kilrusd
Kilrush Co Clare
IE
Telephone: +353 656891350
Fax: +353 656891349
NUTS code:  IE -  IRELAND
Internet address: http://www.cleanireland.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 58

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Country Clean Recycling
6391457L
Ballygown
Co. Cork
Mallow
IE
Telephone: +353 2246848
NUTS code:  IE -  IRELAND
Internet address: http://www.countryclean.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 59

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Mr Binman
509385
Luddenmore,
Co Limerick
Grange
IE
Telephone: +353 868523969
NUTS code:  IE -  IRELAND
Internet address: http://www.mrbinman.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 60

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Quality Recycling
IE9826142F
Ballylynch
Carrick On suir
Tipperary
IE
Telephone: +353 51600366
NUTS code:  IE -  IRELAND
Internet address: http://www.qrl.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 61

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

SCM Environmental Ltd.
N/A
1 Weir View Hill,
kilkenny
Kilkenny
IE
Telephone: +353 0864136010
NUTS code:  IE -  IRELAND
Internet address: http://www.clonmelwaste.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 62

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 63

Lot No: 9

Title: Lot 9: Tipperary, Waterford

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4920000.00  EUR

Section V: Award of contract

Contract No: 64

Lot No: 10

Title: Lot 10: Donegal

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  492000.00  EUR

Section V: Award of contract

Contract No: 65

Lot No: 10

Title: Lot 10: Donegal

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  492000.00  EUR

Section V: Award of contract

Contract No: 66

Lot No: 10

Title: Lot 10: Donegal

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  492000.00  EUR

Section V: Award of contract

Contract No: 67

Lot No: 10

Title: Lot 10: Donegal

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  492000.00  EUR

Section V: Award of contract

Contract No: 68

Lot No: 11

Title: Lot 11: Leitrim, Sligo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 69

Lot No: 11

Title: Lot 11: Leitrim, Sligo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 70

Lot No: 11

Title: Lot 11: Leitrim, Sligo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 71

Lot No: 11

Title: Lot 11: Leitrim, Sligo

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 72

Lot No: 12

Title: Lot 12: Roscommon

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 73

Lot No: 12

Title: Lot 12: Roscommon

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 74

Lot No: 12

Title: Lot 12: Roscommon

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 75

Lot No: 12

Title: Lot 12: Roscommon

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 76

Lot No: 12

Title: Lot 12: Roscommon

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Walsh Waste
4547894i
Deerpark Industrial Estate
Galway
Oranmore
IE
Telephone: +353 91840840
Fax: +353 91840841
NUTS code:  IE -  IRELAND
Internet address: http://www.walshwaste.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  246000.00  EUR

Section V: Award of contract

Contract No: 77

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Advanced Environmental Solutions
8224173
Main Street Newbridge
Newbridge
Co Kildare
IE
Telephone: +353 0872792054
Fax: +353 45439000
NUTS code:  IE -  IRELAND
Internet address: http://www.aesirl.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 78

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

barna waste recycling
N/A
carrowbrowne
Galway
headford road, galwa
IE
Telephone: +353 91771619
Fax: +353 091771735
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 79

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Clean Ireland Recycling
6550066E
Ballinagun Cree
Kilrusd
Kilrush Co Clare
IE
Telephone: +353 656891350
Fax: +353 656891349
NUTS code:  IE -  IRELAND
Internet address: http://www.cleanireland.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 80

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Country Clean Recycling
6391457L
Ballygown
Co. Cork
Mallow
IE
Telephone: +353 2246848
NUTS code:  IE -  IRELAND
Internet address: http://www.countryclean.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 81

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Greyhound Recycling & Recovery
9793449F
Crag Avenue, Clondalkin Industrial Estate
Dublin 22 Postcode D22 E718
Dublin
IE
Telephone: +353 14577777
Fax: +353 14571234
NUTS code:  IE -  IRELAND
Internet address: http://www.greyhound.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 82

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

KWD Recycling
126626
Aughacureen
Kerry
Kerry
IE
Telephone: +353 0646632458
Fax: +353 0646638661
NUTS code:  IE -  IRELAND
Internet address: http://www.kwd.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 83

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Mr Binman
509385
Luddenmore,
Co Limerick
Grange
IE
Telephone: +353 868523969
NUTS code:  IE -  IRELAND
Internet address: http://www.mrbinman.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 84

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Oxigen Environmental
6335604F
Fist Foor, Block 4, Quayside Business Park, Mill Street
Dundalk A91 KA9R
Louth
IE
Telephone: +353 14263118
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 85

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
Telephone: +353 18649422
Fax: +353 469024189
NUTS code:  IE -  IRELAND
Internet address: http://www.panda.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 86

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The City Bin Co.
IE8255472M
Oranmore Business Park
Dublin
Galway
IE
Telephone: +353 872442200
Fax: +353 91787879
NUTS code:  IE -  IRELAND
Internet address: http://www.citybin.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section V: Award of contract

Contract No: 87

Lot No: 13

Title: Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/04/2021
V.2.2)

Information about tenders

Number of tenders received:  17
Number of tenders received by electronic means:  17
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Walsh Waste
4547894i
Deerpark Industrial Estate
Galway
Oranmore
IE
Telephone: +353 91840840
Fax: +353 91840841
NUTS code:  IE -  IRELAND
Internet address: http://www.walshwaste.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  23616000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please refer to the Tender documents associated with the notice published on www.etenders.gov.ie (RFT 179416).
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