Contract notice

Information

Published

Date of dispatch of this notice: 08/12/2020

Expire date: 22/01/2021

External Reference: 2020-230260

TED Reference: 2020/S 242-598163

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Louth County Council
N/A
County Hall, Millennium Centre
Dundalk
Dundalk, Co. Louth
IE
Contact person: Procurement Support
Telephone: +353 14020114
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=177998&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

Body governed by public law
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework for the Operation of Civic Amenity Sites at 2 Locations
Reference number:  Louth County Council
II.1.2)

Main CPV code

90530000  -  Operation of a refuse site
II.1.3)

Type of contract

Services
II.1.4)

Short description

Louth County Council wishes to establish a Single Operator Framework Agreement for the operation of civic amenity sites at two (2) locations. Other requirements under the framework may include but are not limited to managing and processing of street sweepings waste and civic amenities and related services in the Administrative Area of Louth County Council.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  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
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90514000  -  Refuse recycling services
90510000  -  Refuse disposal and treatment
II.2.4)

Description of the procurement

The general requirements may consist but are not limited to the following
1. Management of two (2) sites at Drogheda and Dundalk in accordance with the requirements of the EPA licences.
2. Maintenance in good order at all times.
3. The accepted waste categories and other waste categories as may be required
4. The sites must accept consumer electronics waste for recycling under the WEEE recycling scheme
5. The successful operator shall be required to charge the public at reasonable rates per load to be agreed as part of the tender (stage 2)
6. Any public charge shall be subject to review on a three-yearly basis
7. The successful operator shall issue receipts to the public for waste loads and waste types accepted, to facilitate public compliance with the Waste Segregation and Presentation Bye-Laws 2019
8. The successful operator shall report quarterly to Louth County Council on tonnages and types of waste or recyclables accepted at each facility
9. The site shall accept all municipal and park management wastes from Louth County Council.
10. The successful operator shall promote the circular economy in the management policies for the operation of the civic amenity centres.
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will operate for a period of up to ten (10) years with an initial period of seven (7) years subject to a single extension of three (3) years at the discretion of the Contracting Authority.
II.2.9)

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

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Please consult the associated documentation, which contains full instructions regarding the submission of applications and is available to download from www.etenders.gov.ie using RFT ID 180084

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

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

List and brief description of conditions:  As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 180084.
III.1.2)

Economic and financial standing

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

Technical and professional ability

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

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 180084.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/01/2021
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:180084) as a specific question. Responses will be circulated to those applicants that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by applicants or tenderers.
7) It will be a condition of award that the successful tenderer is and remains tax compliant.
8) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
9) 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.
10) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.