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.
Deadline
The time limit for receipt of tenders was 2019-01-21.
The procurement was published on 2018-12-07.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contracting authority (additional)
Name: Fingal County Council
National registration number: N/a
Postal address: Couty Hall Main Street Swords
Postal town: Dublin County
Contracting authority
Postal code: N/a
Contracting authority (additional)
Contact person: Brian White
Object Scope of the procurement
Title:
โInvitation to Tender to Establish a Single Party Framework for a Waste Enforcement Service
etenders reference no. 143523โ
Products/services: Environmental services๐ฆ
Short description:
โDublin 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...โ
Short description
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.
Show more
Estimated value excluding VAT: EUR 9 000 000 ๐ฐ
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 Councilโs 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) โ to assist in the administration and enforcement of Waste and 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).
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 9 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe 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.โ
Description of renewals
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.
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: Please refer to tender document.
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-01-21
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2019-01-21
12:00 ๐
Conditions for opening of tenders (Information about authorised persons and opening procedure):
โThe date and time set out above is subject to change at the discretion of Dublin City Council.โ
Complementary information Additional information
โ1) 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...โ
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 โ 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 12:00 noon on 11.1.2019 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.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Service from which information about the review procedure may be obtained
Name: Please consult your solicitor.
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 238-544014 (2018-12-07)
Contract award notice (2019-06-05) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 12 000 000 ๐ฐ
Description
Description of the procurement:
โDublin 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...โ
Description of the procurement
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 Councilโs 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) โ to assist in the administration and enforcement of waste and environmental legislation.
The provision and management of up to ten (10) waste enforcement officers to assist in the administration and enforcement of the trans-frontier 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).
Show more Award criteria
Quality criterion (name): Team tobe put in place
Quality criterion (weighting): 2000
Quality criterion (name): Understanding of brief
Quality criterion (weighting): 1000
Quality criterion (name): Training and staff development
Quality criterion (weighting): 750
Quality criterion (name): Monitoring and reporting of service
Quality criterion (name): Quality standards achieved
Quality criterion (weighting): 500
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 5000
Information about options
Options โ
Description of options: 3 year contract with option to extend for 4th year.
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 238-544014
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โInvitation to Tender to Establish a Single Party Framework for a Waste Enforcement Serviceโ
Date of conclusion of the contract: 2019-06-01 ๐
Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
Name and address of the contractor
Name: Certification Europe Ltd
National registration number: 6323792 Q
Postal address: 20A Beckett Way
Postal town: Dublin
Postal code: 12
Country: Ireland ๐ฎ๐ช
Phone: +353 6429300๐
E-mail: ecassin@certificationeurope.com๐ง
Region: Dublin๐๏ธ
URL: http://https://www.certificationeurope.com/ ๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 12 000 000 ๐ฐ
Total value of the contract/lot: EUR 12 000 000 ๐ฐ
Complementary information Additional information
โ1) 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...โ
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 โor equivalentโ 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 โ 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 11.1.2019 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.
Show more
Source: OJS 2019/S 109-266260 (2019-06-05)