Social and other specific services – public contracts - Call for competition

Information

Published

Date of dispatch of this notice: 03/02/2023

Expire date: 10/03/2023

External Reference: 2023-246773

TED Reference: 2023/S 028-081827

Social and other specific services – public contracts - Call for competition

Social and other specific services – public contracts

Prior information notice - This notice is a call for competition

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Tipperary County Council
3259712MH
Civic Offices
Clonmel
Co.Tipperary
IE
Contact person: Kieran McKenna
Telephone: +353 526165731
NUTS code:  IE051 -  Mid-West
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=233422&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Environment

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Service for the waste collection, bulking and marketing of glass and metals from bring banks and civic amenity sites in counties Carlow, Kilkenny, Tipperary, Waterford and Wexford
Reference number:  TCC001590E
II.1.2)

Main CPV code

90514000  -  Refuse recycling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The collection of segregated streams of clear, green and brown glass and cans from receptacles at Bring Banks, including those located beside or within Civic Amenity Sites, in counties Carlow, Kilkenny, Tipperary, Waterford and Wexford. Single-Party Framework.
The list of bottle banks types and location of sites for which service is initially required under this framework agreement is included in “Five LA Regional Glass and Can Banks 2022 tender”.
All machinery and equipment used must be fit for purpose and used/operated and maintained in accordance with best practice and Health and Safety and Transportation legislation.
The service provider will be deemed to have inspected all the existing bring sites.
The Service Provider shall ensure provision for the following:
A. Weigh and record each lift by date, receptacle, material type and site name,
B. Make provision for seasonal fluctuations by material type
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90500000  -  Refuse and waste related services
90511000  -  Refuse collection services
II.2.3)

Place of performance

NUTS code:  IE052 -  South-East
NUTS code:  IE051 -  Mid-West
Main site or place of performance:  
counties Carlow, Kilkenny, Tipperary, Waterford and Wexford
II.2.4)

Description of the procurement

Service for the waste collection, bulking and marketing of glass and metals from bring banks and civic amenity sites in counties Carlow, Kilkenny, Tipperary, Waterford and Wexford - Single-party framework
1. The collection of segregated streams of clear, green and brown glass from receptacles at specified Bring Banks, including specified Bring Banks located beside or within Civic Amenity Sites, in counties Carlow, Kilkenny, Tipperary, Waterford and Wexford.
2. The collection of cans from receptacles at specified Bring Banks, including specified Bring Banks located beside or within Civic Amenity Sites, in counties Carlow, Kilkenny, Tipperary, Waterford and Wexford.
3. The list of bottle banks types and location of sites for which service is initially required under this framework agreement is included in “Five LA Regional Glass and Can Banks 2022 tender”. Bottle banks may be added or withdrawn from this list, in particular when new sites are introduced or when existing sites have to be removed.
4. All machinery and equipment used must be fit for purpose and used/operated and maintained in accordance with best practice and Health and Safety and Transportation legislation.
5. The service provider will be deemed to have inspected all the existing bring sites and recycling centres prior to submitting the Tender to familiarise themselves with the current operating procedures and sites layouts. The tenderer will also ensure that all the proposed collection vehicles are suitable for collection at these locations.
6. The Service Provider shall comply with all Waste Bye-Laws in place or introduced during the Contract Period applicable to the provision of the Service.
7. The Service Provider shall ensure provision for the following:
A. Weigh and record each lift by date, receptacle, material type and site name,
B. Make provision for seasonal fluctuations by material type
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract or the framework agreement

Duration in months: 24
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As per the 'RFT Final' document
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the 'RFT Final' document

Section IV: Procedure

IV.1)

Description

IV.1.1)

Form of procedure

Open procedure
IV.1.3)

Information about framework agreement

The procurement involves the establishment of a framework agreement
IV.1.11)

Main features of the award procedure

Most economically advantageous tender (MEAT) as per the 'RFT Final' document
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest

Date:  10/03/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

As per the 'RFT Final' document
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Chief Registrar, The Four Courts
Dublin
7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.