Contract award notice

Information

Published

Date of dispatch of this notice: 07/03/2023

External Reference: 2023-292385

TED Reference: 2023/S 050-146934

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Prison Service
N/A
IDA Business Park,
Longford
Ballinalee Road,
IE
Contact person: Gerard McMahon
Telephone: +353 433335100
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://1

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single operator framework for the Supply, Delivery, Installation, Commission and Maintenance of Bio-Digesters to the Irish Prison Service.
Reference number:  FD/02/05/407
II.1.2)

Main CPV code

42914000  -  Recycling equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The irish Prison services intend to establish a single operator framework for the Supply, Delivery, Installation, Commission and Maintenance of Bio-Digesters to the Irish Prison Service.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  1000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Nationwide
II.2.4)

Description of the procurement

Single operator framework for the Supply, Delivery, Installation, Commission and Maintenance of Bio-Digesters to the Irish Prison Service.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Fit for purpose of the proposed equipment  /  Weighting:  30
Quality criterion  -  Name:  Tenderer’s proposed methodology for fulfilment of the requirement to include ordering, delivery, demonstration/ training and invoicing  /  Weighting:  20
Quality criterion  -  Name:  Account/ Contract Management  /  Weighting:  15
Quality criterion  -  Name:  Sustainability and Green Agenda  /  Weighting:  5
Cost criterion  -  Name:  Ultimate Cost – For the Purpose of evaluation and initial Contract  /  Weighting:  30
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 213698

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2022/S 094-259014

Section V: Award of contract

Contract No: 1

Title: Single operator framework for the Supply, Delivery, Installation, Commission and Maintenance of Bio-Digesters to the Irish Prison Service.

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

Award of contract

V.2.1)

Date of conclusion of the contract

06/07/2022
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Harp Renewables Ltd
Navan
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

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

Lowest offer:  146160.00  EUR / Highest offer:  146160.00  EUR   taken into consideration

Section VI: Complementary information

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:145645) 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 authority 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 authority 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 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
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
Dublin
IE