Contract notice

Information

Published

Date of dispatch of this notice: 07/12/2018

Expire date: 21/01/2019

External Reference: 2018-244204

TED Reference: 2018/S 238-544014

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
[Contactpoint]: Padraic Lalor
[AddressPhone]: +353 2224344
[Internets]:
[UrlGeneral]: www.dublincity.ie

Fingal County Council
N/A
Couty Hall Main Street Swords
Dublin County
N/A
IE
[Contactpoint]: Brian White
[Internets]:
[UrlGeneral]: www.fingal.ie

South Dublin Couty Council
N/A
County Hall Tallaght
Dublin
24
IE
[Contactpoint]: Brian White
[Internets]:
[UrlGeneral]: www.sdcc.ie

I.2)

[JointProcurement]

[JointProcurementInvolves]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=139238&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

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

[CpvMain]

90700000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 9000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

90000000  - 
90710000  - 
90713000  - 
90720000  - 
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 9000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The contract for will be 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.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Please refer to tender document.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  21/01/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN], [Language_GA]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  21/01/2019
[Time]:  12:00
[OpeningAdditInfo]:  
The date and time set out above is subject to change at the discretion of Dublin City Council.

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
[AddressPhone]: +353 18886000

VI.4.4)

[AppealsInfo]

Please consult your solicitor.
Dublin
IE