Contract award notice

Information

Published

Date of dispatch of this notice: 26/05/2021

External Reference: 2021-209905

TED Reference: 2021/S 103-271947

Contract award notice

[NoticeContractAward]

[NoticeContractAwardSub]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
[Contactpoint]: Sid Daly
[AddressPhone]: +353 2224306
[AddressEmail]: sid.daly@dublincity.ie
[Nutscode]:  IE061 -  Dublin
[Internets]:
[UrlGeneral]: http://dublincity.ie

I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

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
[Fileref]:  WMSCA2020
II.1.2)

[CpvMain]

90514000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.1.7)

[ValueTotal]

[ValueExclVat]:  4700000.00  EUR
II.2)

[Description]

II.2.2)

[CpvAdditional]

90500000  - 
90510000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE061 -  Dublin
[MainsiteplaceWorksDelivery]:  
Pigeon House Road, Ringsend, Dublin 4 and Shamrock Terrace, North Strand, Dublin 1
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Operation and Management of Facility including Repairs and Maintenance and Staffing Arrangements  /  [Weighting]:  3000
[AwardCriterionQuality]  -  [AwardCriterionName]:  Contract Management and Reporting Arrangements  /  [Weighting]:  1000
[AwardCriterionQuality]  -  [AwardCriterionName]:  Proposal for dealing with Fees and Cash Management  /  [Weighting]:  1000
[AwardCriterionQuality]  -  [AwardCriterionName]:  Monitoring System in place of Deposited Materials  /  [Weighting]:  1000
[AwardLowestCost]  -  [AwardCriterionName]:  Ultimate Cost  /  [Weighting]:  4000
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2020/S 162-393550

[Section5]: [AwardOfContract]

[ContractNumber]: 1

[TitleContract]: 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

[AwardConfirm]: [Yes]
V.2)

[AwardOfContract]

V.2.1)

[DateAward]

01/05/2021
V.2.2)

[AwardOffersInfo]

[OffersReceived]:  4
[OffersReceivedElectronic]:  4
[AwardedGroup] :  [No]
V.2.3)

[AwardedToName]

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 24
Dublin
IE
[AddressPhone]: +353 18649422
[AddressEmail]: ger.daly@panda.ie
[AddressFax]: +353 469024189
[Nutscode]:  IE061 -  Dublin

[AwardedSme] : [No]
V.2.4)

[ValueContractInfo] ([ExclVat])

[ValueTotalFinal]:  4700000.00  EUR

[Section6]: [InfoComplement]

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 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

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

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
Please consult your solicitor