Contract award notice

Information

Published

Date of dispatch of this notice: 27/07/2023

External Reference: 2023-286155

TED Reference: 2023/S 146-466078

Contract award notice

Contract award notice

Results of the procurement procedure

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: John Tuohy
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: https://dublincity.ie

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

Provision of Waste Collection Services in Dublin City Council Administrative Area
Reference number:  2022/01
II.1.2)

Main CPV code

90511000  -  Refuse collection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to engage in a competitive process for the establishment of a multiparty framework agreement for the provision of waste collection services in Dublin City Council’s administrative area in two lots:
Lot 1: Waste collection service from designated Dublin City Council residential properties;
Lot 2: Waste collection service from Dublin City Council premises (non-domestic)
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  660000.00  EUR
II.2)

Description

II.2.1)

Title

Waste Collection Services from Designated Dublin City Council Properties
Lot No:  1 This Lot to Be awarded at a Later Date
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90511200  -  Household-refuse collection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Dublin City Council proposes to engage in a competitive process for the establishment of a multiparty framework agreement for the provision of waste collection services in Dublin City Council’s administrative area in two lots.
Lot 1 relates to the waste collection service from designated Dublin City Council residential properties as follows:
• DCC Flat complexes and Senior Citizens complexes
• Selected Residential tenancies in the NEIC
• DCC Traveller Accommodation Site (St. Margarets); and
• Other residential properties that may arise during the term of the initial contract, including pilot programmes that may be introduced.
The initial contract for Lot 1 will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement.
Service Providers will be required to collect bins ranging in sizes. These will include 140litre, 240 litre, 660 litre, 960 litre, 1100 litre and 1280 litre bins. Rear Loader vehicles will need to be capable of safely and satisfactorily lifting all sizes of bins ensuring that the chip is registering and correctly recording information.
Applicants will be required to demonstrate that they have the capability to provide collection services across the entire range of bin sizes.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Metodology  /  Weighting:  3500
Quality criterion  -  Name:  Resourcing  /  Weighting:  1000
Quality criterion  -  Name:  Waste Collection Schedules  /  Weighting:  1000
Quality criterion  -  Name:  SLA  /  Weighting:  500
Cost criterion  -  Name:  COST  /  Weighting:  4000
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

All details relating to the competition are available on www.etenders.gov.ie ref ID 207744
II.2)

Description

II.2.1)

Title

Waste Collection Services from Dublin City Council Premises (Non - Domestic)
Lot No:  2
II.2.2)

Additional CPV code(s)

90000000  -  Sewage, refuse, cleaning and environmental services
90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Dublin City Council proposes to engage in a competitive process for the establishment of a multiparty framework agreement for the provision of waste collection services in Dublin City Council’s administrative area in two lots.
Lot 2 relates to the waste collection service in Dublin City Council’s Non-Domestic Properties e.g. libraries, City Hall etc. details of the locations and requirements will be provided at tender stage. Collection is currently carried out using a combination of bins and bags.
The location of each premises and the current number and type of bins currently in use by each site will be supplied at the tender stage. The current bin types currently used for the collection of residual waste material, recycling material and organic waste material from these premises currently includes:
• 1100lt Bins; and
• 240lt Bins
Applicants will be required to demonstrate that they have the capability to provide collection services across the entire range of bin sizes and bags.
The initial contract for Lot 2 will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement.
The initial contract will be for a period of four (4) years and it is estimated that the value of Lot 2 will be in the region of €560,000 to €660,000 (excl. VAT).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Metodology  /  Weighting:  3500
Quality criterion  -  Name:  Resourcing  /  Weighting:  1000
Quality criterion  -  Name:  Waste Collection Schedules  /  Weighting:  1000
Quality criterion  -  Name:  SLA  /  Weighting:  500
Cost criterion  -  Name:  Cost  /  Weighting:  4000
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

All details relating to the competition are available on www.etenders.gov.ie ref ID 207744

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 038-098361

Section V: Award of contract

Contract No: 1

Title: Waste Collection Services from Designated Dublin City Council Properties

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Waste Collection Services from Dublin City Council Premises (Non - Domestic)

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Starrus Eco Holdings Ltd
4809620B
Panda Waste Management Solutions, Ballymount Road Upper, Dublin 24
Dublin 12
Dublin
IE
Telephone: +353 18298992
NUTS code:  IE061 -  Dublin

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  660000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

All details relating to the competition are available on www.etenders.gov.ie ref ID 207744
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 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.
5. The framework agreement is primarily for use by the Housing Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted.
7 Tenders may be submitted in English or in the Irish language.
8. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA). Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
10. All queries regarding this expression of interest/tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 207744 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 12.00 noon on Monday 7th March 2022 to enable issue of responses to all interested parties.
11. 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.4.2)

Body responsible for mediation procedures

The High Court
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in section 7 of the European Communities (Public Authorites’ Contracts) (Review Procedures) Regulations SI 130/2010, as amended.
VI.4.4)

Service from which information about the review procedure may be obtained

High Court
Dublin
IE