Contract notice

Information

Published

Date of dispatch of this notice: 22/07/2020

Expire date: 31/08/2020

External Reference: 2020-215725

TED Reference: 2020/S 142-349853

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
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=170621&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for the provision of Sanitary Hygiene Services to the Irish Public Sector.
Reference number:  PROJ000006243
II.1.2)

Main CPV code

90900000  -  Cleaning and sanitation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
Sanitary Hygiene Services, which refers to the supply and regular servicing of:
1. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Full Bin Service,
2. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Liner Only Service,
3. Nappy bins, providing a hygienic method for the disposal of nappy waste,
4. Sanitary Product dispensers, providing a wall mounted vending machine and regular servicing to maintain stock levels and address any faults,
5. Air Fresheners, providing a wall mounted, battery operated product and regular servicing to maintain functionality and address any faults.
II.1.5)

Estimated total value

Value excluding VAT: 6400000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Cavan, Donegal, Galway, Leitrim, Mayo, Monaghan, Roscommon, Sligo.
Lot No:  1
II.2.2)

Additional CPV code(s)

33771100  -  Sanitary towels or tampons
34928480  -  Waste and rubbish containers and bins
39811100  -  Air freshener
39811110  -  Air freshener dispensers
39811200  -  Air sanitisers
42933100  -  Sanitary vending machines
42968200  -  Sanitary dispensing machines
85142300  -  Hygiene services
90920000  -  Facility related sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
1.2 In summary, the Services comprise:
Sanitary Hygiene Services, which refers to the supply and regular servicing of:
1. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Full Bin Service,
2. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Liner Only Service,
3. Nappy bins, providing a hygienic method for the disposal of nappy waste,
4. Sanitary Product dispensers, providing a wall mounted vending machine and regular servicing to maintain stock levels and address any faults,
5. Air Fresheners, providing a wall mounted, battery operated product and regular servicing to maintain functionality and address any faults.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Mobilisation Plan  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Contract Management, Customer Services and Quality Control Measures.  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management.  /  Weighting:  100
Cost criterion  -  Name:  Full Bin Service  /  Weighting:  150
Cost criterion  -  Name:  Liner Only Service  /  Weighting:  100
Cost criterion  -  Name:  Air Freshener Service  /  Weighting:  50
Cost criterion  -  Name:  Sanitary Product Dispenser Service  /  Weighting:  30
Cost criterion  -  Name:  Nappy Bin Service  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client reserves the right to extend the Term for a period or periods of up to Twelve (12) months with a maximum of One (1) such extensions permitted subject to its obligations at law.
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)

Description

II.2.1)

Title

Lot 2 - Carlow, Kildare, Kilkenny, Laois, Longford, Louth, Meath, Offaly, Westmeath, Wexford, Wicklo
Lot No:  2
II.2.2)

Additional CPV code(s)

33771100  -  Sanitary towels or tampons
34928480  -  Waste and rubbish containers and bins
39811100  -  Air freshener
39811110  -  Air freshener dispensers
39811200  -  Air sanitisers
42933100  -  Sanitary vending machines
42968200  -  Sanitary dispensing machines
85142300  -  Hygiene services
90920000  -  Facility related sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
1.2 In summary, the Services comprise:
Sanitary Hygiene Services, which refers to the supply and regular servicing of:
1. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Full Bin Service,
2. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Liner Only Service,
3. Nappy bins, providing a hygienic method for the disposal of nappy waste,
4. Sanitary Product dispensers, providing a wall mounted vending machine and regular servicing to maintain stock levels and address any faults,
5. Air Fresheners, providing a wall mounted, battery operated product and regular servicing to maintain functionality and address any faults.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Mobilisation Plan  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Contract Management, Customer Services and Quality Control Measures.  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management.  /  Weighting:  100
Cost criterion  -  Name:  Full Bin Service  /  Weighting:  150
Cost criterion  -  Name:  Liner Only Service  /  Weighting:  100
Cost criterion  -  Name:  Air Freshener Service  /  Weighting:  50
Cost criterion  -  Name:  Sanitary Product Dispenser Service  /  Weighting:  30
Cost criterion  -  Name:  Nappy Bin Service  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client reserves the right to extend the Term for a period or periods of up to Twelve (12) months with a maximum of One (1) such extensions permitted subject to its obligations at law.
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)

Description

II.2.1)

Title

Lot 3 - Clare, Cork, Kerry, Limerick, Tipperary, Waterford.
Lot No:  3
II.2.2)

Additional CPV code(s)

33771100  -  Sanitary towels or tampons
34928480  -  Waste and rubbish containers and bins
39811100  -  Air freshener
39811110  -  Air freshener dispensers
39811200  -  Air sanitisers
42933100  -  Sanitary vending machines
42968200  -  Sanitary dispensing machines
85142300  -  Hygiene services
90920000  -  Facility related sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
1.2 In summary, the Services comprise:
Sanitary Hygiene Services, which refers to the supply and regular servicing of:
1. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Full Bin Service,
2. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Liner Only Service,
3. Nappy bins, providing a hygienic method for the disposal of nappy waste,
4. Sanitary Product dispensers, providing a wall mounted vending machine and regular servicing to maintain stock levels and address any faults,
5. Air Fresheners, providing a wall mounted, battery operated product and regular servicing to maintain functionality and address any faults.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Mobilisation Plan  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Contract Management, Customer Services and Quality Control Measures.  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management.  /  Weighting:  100
Cost criterion  -  Name:  Full Bin Service  /  Weighting:  150
Cost criterion  -  Name:  Liner Only Service  /  Weighting:  100
Cost criterion  -  Name:  Air Freshener Service  /  Weighting:  50
Cost criterion  -  Name:  Sanitary Product Dispenser Service  /  Weighting:  30
Cost criterion  -  Name:  Nappy Bin Service  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client reserves the right to extend the Term for a period or periods of up to Twelve (12) months with a maximum of One (1) such extensions permitted subject to its obligations at law.
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)

Description

II.2.1)

Title

Lot 4 - Dublin (City and County)
Lot No:  4
II.2.2)

Additional CPV code(s)

33771100  -  Sanitary towels or tampons
34928480  -  Waste and rubbish containers and bins
39811100  -  Air freshener
39811110  -  Air freshener dispensers
39811200  -  Air sanitisers
42933100  -  Sanitary vending machines
42968200  -  Sanitary dispensing machines
85142300  -  Hygiene services
90920000  -  Facility related sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
1.2 In summary, the Services comprise:
Sanitary Hygiene Services, which refers to the supply and regular servicing of:
1. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Full Bin Service,
2. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Liner Only Service,
3. Nappy bins, providing a hygienic method for the disposal of nappy waste,
4. Sanitary Product dispensers, providing a wall mounted vending machine and regular servicing to maintain stock levels and address any faults,
5. Air Fresheners, providing a wall mounted, battery operated product and regular servicing to maintain functionality and address any faults.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Mobilisation Plan  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Contract Management, Customer Services and Quality Control Measures.  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management.  /  Weighting:  100
Cost criterion  -  Name:  Full Bin Service  /  Weighting:  150
Cost criterion  -  Name:  Liner Only Service  /  Weighting:  100
Cost criterion  -  Name:  Air Freshener Service  /  Weighting:  50
Cost criterion  -  Name:  Sanitary Product Dispenser Service  /  Weighting:  30
Cost criterion  -  Name:  Nappy Bin Service  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client reserves the right to extend the Term for a period or periods of up to Twelve (12) months with a maximum of One (1) such extensions permitted subject to its obligations at law.
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)

Description

II.2.1)

Title

Lot 5 - Organisations with locations in more than one geographical Lot.
Lot No:  5
II.2.2)

Additional CPV code(s)

33771100  -  Sanitary towels or tampons
34928480  -  Waste and rubbish containers and bins
39811100  -  Air freshener
39811110  -  Air freshener dispensers
39811200  -  Air sanitisers
42933100  -  Sanitary vending machines
42968200  -  Sanitary dispensing machines
85142300  -  Hygiene services
90920000  -  Facility related sanitation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
1.2 In summary, the Services comprise:
Sanitary Hygiene Services, which refers to the supply and regular servicing of:
1. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Full Bin Service,
2. Sanitary bins, providing a hygienic method for the disposal of sanitary waste, Liner Only Service,
3. Nappy bins, providing a hygienic method for the disposal of nappy waste,
4. Sanitary Product dispensers, providing a wall mounted vending machine and regular servicing to maintain stock levels and address any faults,
5. Air Fresheners, providing a wall mounted, battery operated product and regular servicing to maintain functionality and address any faults.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Mobilisation Plan  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Contract Management, Customer Services and Quality Control Measures.  /  Weighting:  275
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management.  /  Weighting:  100
Cost criterion  -  Name:  Full Bin Service  /  Weighting:  150
Cost criterion  -  Name:  Liner Only Service  /  Weighting:  100
Cost criterion  -  Name:  Air Freshener Service  /  Weighting:  50
Cost criterion  -  Name:  Sanitary Product Dispenser Service  /  Weighting:  30
Cost criterion  -  Name:  Nappy Bin Service  /  Weighting:  20
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client reserves the right to extend the Term for a period or periods of up to Twelve (12) months with a maximum of One (1) such extensions permitted subject to its obligations at law.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #173079).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #173079).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #173079).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #173079).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #173079).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #173079).

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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 101-244194
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/08/2020
Local time:  12:00
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 : 52  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  27/08/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors