Lot 1: Dublin, Kildare, Wicklow
Lot No:
1
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”). In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips- Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bin - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2: Cork, Kerry
Lot No:
2
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 3: Cavan, Longford, Louth, Meath, Monaghan
Lot No:
3
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency of Service
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 4: Clare, Limerick
Lot No:
4
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI& MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 5: Carlow, Kilkenny, Wexford
Lot No:
5
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors- Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins- Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service& Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Rental Costs
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors - Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips- Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 8: Laois, Offaly, Westmeath
Lot No:
8
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Management
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environment Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers - Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors -Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors - Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers - Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors- Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins - Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips - Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins - Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 9: Tipperary, Waterford
Lot No:
9
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environmental Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 10: Donegal
Lot No:
10
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environmental Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 11: Leitrim, Sligo
Lot No:
11
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environmental Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 12: Roscommon
Lot No:
12
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environmental Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 13: Multiple Geographic Areas (extending across more than one of Lots 1-12)
Lot No:
13
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90510000
-
Refuse disposal and treatment
90511000
-
Refuse collection services
90511100
-
Urban solid-refuse collection services
90511200
-
Household-refuse collection services
90511300
-
Litter collection services
90511400
-
Paper collecting services
90512000
-
Refuse transport services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90513200
-
Urban solid-refuse disposal services
90513300
-
Refuse incineration services
90513400
-
Ash disposal services
90513500
-
Treatment and disposal of foul liquids
90514000
-
Refuse recycling services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. (The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement for the provision of the services as described in Appendix 1 and 2 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of waste management services (“Services” or “Waste Management Services”) to the Contracting Authorities set out in 1.4 (“Framework Clients”). Waste Management Services comprise the collection, transportation, processing, recycling and disposal of waste, the majority of which falls under Category 20 (Municipal Wastes (household waste and similar commercial, industrial and institutional wastes) including separately collected fractions) of the Environmental Protection Agency’s “Waste Classification - List of Waste and Determining if Waste is Hazardous or Non-Hazardous.1” It is anticipated that the waste will fall predominantly (but not exclusively) under code 20 03 01 (Mixed municipal waste) of the List of Waste (formerly EWC).The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight. The required Waste Management Services requirements range from routine waste collection to lower volume ad-hoc waste collection. Tenderers must be in a position to provide the entire range of services sought. Tenderers must also be in a position to bill Framework Client sites by weight.
Criteria below
Quality criterion
-
Name:
Quality Control
/
Weighting:
70
Quality criterion
-
Name:
Continuity of Service & Contingency Planning
/
Weighting:
150
Quality criterion
-
Name:
Environmental Management
/
Weighting:
150
Quality criterion
-
Name:
Staff Training, CI & MI
/
Weighting:
180
Quality criterion
-
Name:
Contract Management & Support Plan
/
Weighting:
200
Cost criterion
-
Name:
Balers Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Rental Cost
/
Weighting:
10
Cost criterion
-
Name:
Compactors Total Lift Cost
/
Weighting:
10
Cost criterion
-
Name:
Skips Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Balers Total Lift Cost
/
Weighting:
20
Cost criterion
-
Name:
Compactors Total Tonne Cost
/
Weighting:
20
Cost criterion
-
Name:
Wheelie Bins Total Lift Cost
/
Weighting:
40
Cost criterion
-
Name:
Skips Total Tonne Cost
/
Weighting:
40
Cost criterion
-
Name:
Wheelie Bins Total KG Cost
/
Weighting:
80
II.2.11)
Information about options
Options:
yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6 below, if applicable, be for a term of 2 years (“the Term”).
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no