Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/01/2021

Expire date: 08/02/2021

External Reference: 2021-225947

TED Reference: 2021/S 004-003565

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Dublin Port Company
N/A
Port Centre
Dublin 1
Alexandra Road
IE
Contact person: Paula Coonan
Telephone: +353 18876848
Fax: +353 18551241
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=180099&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

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Waste Collection Services for ship generated waste and other waste generated by DPC
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 Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Waste Collection Services for ship generated waste and other waste generated by DPC.
The successful tender will provide waste collection services for the following materials:
• MARPOL Annex 1 (Oils), and,
• Annex IV (Sewage) and Annex V (Garbage) form ships arriving into Dublin Port.
Waste will comprise, inter alia Waste Oi, Sewage and Garbage (galley waste, cooking oils and segregated waste)
The waste contractor will be required to service the waste requirements of all cruise liners visiting the port and all navel vessels visiting the port.
DPC also reserve the right to include waste collection requirements for ships which currently hold Waste Exemption certificates form the Department of the Marine and from DPC premises in the Port Estate.
II.1.5)

Estimated total value

Value excluding VAT: 16000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90430000  -  Sewage disposal services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511300  -  Litter collection services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90513200  -  Urban solid-refuse disposal services
90513400  -  Ash disposal services
90513500  -  Treatment and disposal of foul liquids
90514000  -  Refuse recycling services
90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
II.2.4)

Description of the procurement

The Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Waste Collection Services for ship generated waste and other waste generated by DPC.
The successful tender will provide waste collection services for the following materials:
• MARPOL Annex 1 (Oils), and,
• Annex IV (Sewage) and Annex V (Garbage) form ships arriving into Dublin Port.
Waste will comprise, inter alia Waste Oi, Sewage and Garbage (galley waste, cooking oils and segregated waste)
The waste company is required to hold a current licence from the Department of Agriculture, Food and the Marine, to Land international catering waste (ICW) in Dublin Port, for collecting and the removal of the above waste categories for onward processing or disposal as per the national regulations.
The waste contractor will be required to service the waste requirements of all cruise liners visiting the port and all navel vessels visiting the port.
DPC also reserve the right to include waste collection requirements for ships which currently hold Waste Exemption certificates form the Department of the Marine an to from DPC premises in the Port Estate.
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: 16000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The duration of the framework agreement will be for five (5) years with the option to extend for a further three periods of one (1) years, subject to a maximum duration of eight (8) years. For the avoidance of doubt, the Contracting Entity confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents available to download from www.etenders.gov.ie using RFT 182043
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 tenders and is available to download from www.etenders.gov.ie using RFT ID 182403

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:  Please refer to tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to tender documentation.
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: As set out in the procurement documents available to download from www.etenders.gov.ie using RFT 182043
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents available to download from www.etenders.gov.ie using RFT 182043
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/02/2021
Local time:  17:00
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 : 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 entity 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:182403) as a specific question. Responses will be circulated to those tenderers 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 entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting entity 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.
12) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting authority reserves the right to invite at least 5 subject to that number qualifying
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Telephone: +353 18860000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with the Remedies Directive and SI 131
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Ireland
IE