Contract notice

Information

Published

Date of dispatch of this notice: 17/08/2020

Expire date: 16/10/2020

External Reference: 2020-262021

TED Reference: 2020/S 162-393550

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Sid Daly
Telephone: +353 2224306
Internet address(es):
Main address: http://dublincity.ie

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=171542&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

RFT FOR THE OPERATION AND MANAGEMENT OF CIVIC AMENITY AND RECYCLING SERVICES AT PIGEON HOUSE ROAD, RINGSEND, DUBLIN 4 AND SHAMROCK TERRACE, ALDBOROUGH PARADE, NORTHSTRAND ROAD, DUBLIN 1
Reference number:  WMSCA2020
II.1.2)

Main CPV code

90514000  -  Refuse recycling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the operation and management of the Council’s Civic Amenity (CA) facilities, located at Ringsend and North Strand, and operating under Certificates of Registration from the Environmental Protection Agency (EPA).
II.1.5)

Estimated total value

Value excluding VAT: 4700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
II.2.3)

Place of performance

Main site or place of performance:  
Pigeon House Road, Ringsend, Dublin 4 and Shamrock Terrace, North Strand, Dublin 1
II.2.4)

Description of the procurement

Dublin City Council wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the operation and management of the Council’s Civic Amenity (CA) facilities, located at Ringsend and North Strand, and operating under Certificates of Registration from the Environmental Protection Agency (EPA).
A Single Party Framework Agreement constitutes a means of establishing overall terms and conditions in accordance with which, for a specified duration, individual contracts may or may not be awarded.
The Framework Agreement will be established as a Single-Party Framework Agreement with the tenderer selected following the tender stage and the application of the award criteria. Admission to the Framework Agreement will be on the basis of the most economically advantageous tender (MEAT) received.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement.
The essential operational ingredients of the contracts will be made up of a number of key components: recovery, recycling, public liaison and final disposal. Contracts will also make full provision for the waste handling equipment, repairs, replacement and maintenance of the equipment and the infrastructure included on sites.
Based on 2019 data, the current tonnages being processed from the site at Ringsend is circa 3000 tonnes per annum and from the site at North Strand, circa 2,100 tonnes per annum.
The tenderer will be deemed to have satisfied itself of the effects of extraneous factors including the economic climate, in determining the amounts of recyclable and bulky waste being received and handled at the facility. Fluctuation in seasonal, weekly and daily arisings can be expected, and may be influenced by legislative requirements, social factors and holiday periods.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The contract is for twenty four (24) months with the option to extend for two further periods of twelve (12) months subject ot annual, periodic and other reviews.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract is for twenty four (24) months with the option to extend for two further periods of twelve (12) months subject ot annual, periodic and other reviews.
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 173961

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:  For further information, please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 173961
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

For further information, please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 173961

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/10/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  02/10/2020
Local time:  12:00
Place:  
The date and time set out above for the opening of tenders is subject to change at the discretion of Dublin City Council

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2024
VI.3)

Additional information

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 Acts.
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 & Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 173961. Queries must be in question format. Responses will be circulated to those candidates/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 18th September 2020 to enable issue of responses to all interested parties.
9. 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)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor