Contract award notice

Information

Published

Date of dispatch of this notice: 05/06/2019

External Reference: 2019-216627

TED Reference: 2019/S 109-266260

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Padraic Lalor
Telephone: +353 2224344
Internet address(es):
Main address: www.dublincity.ie

Fingal County Council
N/A
Couty Hall Main Street Swords
Dublin County
N/A
IE
Contact person: Brian White
Internet address(es):
Main address: www.fingal.ie

South Dublin Couty Council
N/A
County Hall Tallaght
Dublin
24
IE
Contact person: Brian White
Internet address(es):
Main address: www.sdcc.ie

I.2)

Joint procurement

The contract involves joint procurement
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

INVITATION TO TENDER TO ESTABLISH A SINGLE PARTY FRAMEWORK FOR A WASTE ENFORCEMENT SERVICE
Reference number:  etenders reference no. 143523
II.1.2)

Main CPV code

90700000  -  Environmental services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to award a contract for the provision of a waste enforcement service for a period of 3 years, the contract may be extended for a further period of not more than 12 months, subject to the annual, periodic and other reviews.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  12000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90710000  -  Environmental management
90713000  -  Environmental issues consultancy services
90720000  -  Environmental protection
II.2.4)

Description of the procurement

Dublin City Council proposes to award a contract for the provision of a waste enforcement service for a period of 3 years, from the date of commencement, and the contract may be extended for a further period of not more than 12 months, subject to the annual, periodic and other reviews, at the sole discretion of the Council.
While it is envisaged that the contract will be for a 3 year period, the award of and duration of the contract is strictly subject to the provision of a sufficient annual grant from the Department of Communications, Climate Action and Environment. The contract will be reviewed on an annual basis and the continuance of the contract for each subsequent year is subject to the provision of a sufficient annual grant and the Council’s continued obligation and requirement to provide a waste enforcement service under the current national structures. The full time numbers employed may be decreased or increased up to the maximum numbers specified in the tender throughout the tender period.The provision and management of up to fourteen (14) Waste Enforcement Officers (including one position of Waste Enforcement Manager) - to assist in the administration and enforcement of Waste & Environmental Legislation;
The provision and management of up to ten (10) Waste Enforcement Officers to assist in the administration and enforcement of the Transfrontier Shipment Regulations and the Regulation of Brokers and Dealers and all other associated Regulations (National Service), including the Eastern Midlands Waste Management Plan 2015-2021 (and subsequent plans) on behalf of the National Trans-Frontier Shipment Office (DCC)
During the course of the contract there may be a requirement for additional full or part time officers to cover waste enforcement services in the Eastern Midlands Region as required on a case by case basis. Any such service must be authorised by the Eastern Midlands Regional Lead Authority Coordinator (DCC).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  TEAMTOBEPUTINPLACE  /  Weighting:  2000
Quality criterion  -  Name:  UNDERSTANDINGOFBRIEF  /  Weighting:  1000
Quality criterion  -  Name:  TRAININGANDSTAFFDEVELOPMENT  /  Weighting:  750
Quality criterion  -  Name:  MONITORINGANDREPORTINGOFSERVICE  /  Weighting:  750
Quality criterion  -  Name:  QUALITYSTANDARDSACHIEVED  /  Weighting:  500
Cost criterion  -  Name:  ULTIMATECOST  /  Weighting:  5000
II.2.11)

Information about options

Options: yes
Description of options:
3 YEAR CONTRACT WITH OPTION TO EXTEND FOR 4TH YEAR
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.1.8)

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: 2018/S 238-544014

Section V: Award of contract

Contract No: 1

Title: INVITATION TO TENDER TO ESTABLISH A SINGLE PARTY FRAMEWORK FOR A WASTE ENFORCEMENT SERVICE

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2019
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Certification Europe Ltd
6323792 Q
20A Beckett Way
Dublin
12
IE
Telephone: +353 6429300

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  12000000.00  EUR
Total value of the contract/lot:  12000000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by the Environment and Transportation Department.
7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be in question format and must be submitted via etenders. Responses will be circulated to those tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 11th January 2019 to enable issue of responses to all interested parties.
12. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor.
Dublin
IE