Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/12/2018

Expire date: 17/01/2019

External Reference: 2018-203725

TED Reference: 2018/S 241-551755

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Fergal Riggs
Telephone: +353 017033718
Fax: +353 014537349
Internet address(es):
Main address: www.irishrail.ie

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=139571&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.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Recycling and Waste Disposal Services
Reference number:  7159
II.1.2)

Main CPV code

90513000  -  Non-hazardous refuse and waste treatment and disposal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This is a call to competition by IE for the procurement of Recycling and Waste Disposal Services for Irish Rail and our Holding Company CIÉ. The general scope of work requires the provision of a cost efficient, competent and innovative service to manage, coordinate and implement waste collection, recycling, disposal and overall management of waste generated by IE and its customers at its sites across the rail network and CIÉ locations. The proposed service also includes the provision of suitable receptacles for waste collection.
A range of waste types are generated across the different sites. The general classification of Commercial Mixed Waste (CMW) could be used to describe most of the waste concerned. No hazardous, heavy metals or sludge wastes are included in the specification of requirements for this contact.
Further information is contained in the attached Pre Qualification Questionnaire
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  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
90514000  -  Refuse recycling services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This is a call to competition by IE for the procurement of Recycling and Waste Disposal Services for Irish Rail and our Holding Company CIÉ. The general scope of work requires the provision of a cost efficient, competent and innovative service to manage, coordinate and implement waste collection, recycling, disposal and overall management of waste generated by IE and its customers at its sites across the rail network and CIÉ locations. The proposed service also includes the provision of suitable receptacles for waste collection.
A range of waste types are generated across the different sites. The general classification of Commercial Mixed Waste (CMW) could be used to describe most of the waste concerned. No hazardous, heavy metals or sludge wastes are included in the specification of requirements for this contact.
Waste management services are required at a total of 206 sites across the rail network (The CIE Holding Company is additional to number), at stations, engineering depots and support facilities. The Pricing Schedule contains a complete list of all sites. Many of these sites are located in clusters, generally, within proximity of larger stations.
IÉ is committed to contributing to a better environment by reducing waste volumes and presenting a greater proportion of this waste in a form suitable for recycling. It will be seeking proposals that aim to reduce volumes over the life of any contract through the application of continuous improvement practices. It is envisaged that companies will use their knowledge and experience to put forward the most economically advantageous, dynamic and forward looking solution to waste management, collection, recycling and disposal services in Irish Rail.
Further information is contained in the attached Pre Qualification Questionnaire
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
This contract will have an initial period of 3 years with an option to extend for an additional period of up to years.
II.2.9)

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

Envisaged minimum number: 2  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
See PQQ attached
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
This contract will have an initial period of 3 years with an option to extend for an additional period of up to years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

See PQQ attached

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See PQQ attached
III.1.2)

Economic and financial standing

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

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See PQQ attached
III.1.6)

Deposits and guarantees required

Will be confirmed at ITT stage
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Will be confirmed at ITT stage
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

See PQQ attached
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be confirmed at ITT stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

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

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2015/S 177-322461
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/01/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/02/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 8  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
3 or 5 years depending on whether the extension option is utilised
VI.3)

Additional information

See PQQ
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Dublin
IE