The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide waste collection services for ship generated waste and other waste generated by DPC.
The successful tender will provide waste collection services for the following materials:
โข MARPOL Annex 1 (Oils); and
โข Annex IV (Sewage) and Annex V (Garbage) form ships arriving into Dublin Port.
Waste will comprise, inter alia Waste Oi, sewage and garbage (galley waste, cooking oils and segregated waste).
The waste contractor will be required to service the waste requirements of all cruise liners visiting the port and all navel vessels visiting the port.
DPC also reserve the right to include waste collection requirements for ships which currently hold waste exemption certificates form the Department of the Marine and from DPC premises in the Port Estate.
Deadline
The time limit for receipt of tenders was 2021-02-08.
The procurement was published on 2021-01-02.
Object Scope of the procurement
Title:
โWaste Collection Services for Ship-generated Waste and Other Waste Generated by DPCโ
Products/services: Refuse and waste related services๐ฆ
Short description:
โThe contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide waste collection...โ
Short description
The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide waste collection services for ship generated waste and other waste generated by DPC.
The successful tender will provide waste collection services for the following materials:
โข MARPOL Annex 1 (Oils); and
โข Annex IV (Sewage) and Annex V (Garbage) form ships arriving into Dublin Port.
Waste will comprise, inter alia Waste Oi, sewage and garbage (galley waste, cooking oils and segregated waste).
The waste contractor will be required to service the waste requirements of all cruise liners visiting the port and all navel vessels visiting the port.
DPC also reserve the right to include waste collection requirements for ships which currently hold waste exemption certificates form the Department of the Marine and from DPC premises in the Port Estate.
Show more
Estimated value excluding VAT: EUR 16 000 000 ๐ฐ
The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Waste Collection Services for ship generated waste and other waste generated by DPC.
The successful tender will provide waste collection services for the following materials:
โข MARPOL Annex 1 (Oils); and
โข Annex IV (Sewage) and Annex V (Garbage) form ships arriving into Dublin Port.
Waste will comprise, inter alia Waste Oi, sewage and garbage (galley waste, cooking oils and segregated waste).
The waste company is required to hold a current licence from the Department of Agriculture, Food and the Marine, to Land international catering waste (ICW) in Dublin Port, for collecting and the removal of the above waste categories for onward processing or disposal as per the national regulations.
The waste contractor will be required to service the waste requirements of all cruise liners visiting the port and all navel vessels visiting the port.
DPC also reserve the right to include waste collection requirements for ships which currently hold waste exemption certificates form the Department of the Marine an to from DPC premises in the Port Estate.
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 16 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe duration of the framework agreement will be for five (5) years with the option to extend for a further three periods of one (1) years, subject to a...โ
Description of renewals
The duration of the framework agreement will be for five (5) years with the option to extend for a further three periods of one (1) years, subject to a maximum duration of eight (8) years. For the avoidance of doubt, the contracting entity confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
โAs set out in the procurement documents available to download from www.etenders.gov.ie using RFT 182043.โ Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
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 182403.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please refer to tender documentation.
Economic and financial standing
List and brief description of selection criteria: Please refer to tender documentation.
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โAs set out in the procurement documents available to download from www.etenders.gov.ie using RFT 182043.โ Conditions related to the contract
Contract performance conditions:
โAs set out in the procurement documents available to download from www.etenders.gov.ie using RFT 182043.โ Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-02-08
17:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties.
2) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2 GB per document on eTenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 212439277 (9 a.m-17.30 p.m. GMT).
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:182403) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response.
5) This is the sole call for competition for this contract/framework.
6) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At section II.2.9) we have indicated that five will be invited to tender, please note that the contracting authority reserves the right to invite at least five subject to that number qualifying.
Show more Review body
Name: High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18860000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Remedies Directive and SI 131.
Service from which information about the review procedure may be obtained
Name: Consult a legal advisor
Postal town: Ireland
Country: Ireland ๐ฎ๐ช
Source: OJS 2021/S 004-003565 (2021-01-02)
Contract award notice (2022-01-14) Contracting authority Name and addresses
Postal address: Port Centre, Alexandra Rd, North Dock
Postal town: Dublin
Postal code: 1
Object Scope of the procurement
Title:
โWaste Collection Services for ship generated waste and other waste generated by DPCโ
Short description:
โThe Contracting Entity proposed to engage in a competitive process for the establishment of single-party framework agreement to provide Waste Collection...โ
Short description
The Contracting Entity proposed to engage in a competitive process for the establishment of single-party framework agreement to provide Waste Collection Services for ship generated waste and other waste generated by DPC.
The successful tender will provide waste collection services for the following materials:
โข MARPOL Annex 1 (Oils), and,
โข Annex IV (Sewage) and Annex V (Garbage) form ships arriving into Dublin Port.
Waste will comprise, inter alia Waste Oi, Sewage and Garbage (galley waste, cooking oils and segregated waste)
The waste contractor will be required to service the waste requirements of all cruise liners visiting the port and all navel vessels visiting the port.
DPC also reserve the right to include waste collection requirements for ships which currently hold Waste Exemption certificates form the Department of the Marine and from DPC premises in the Port Estate.
Show more
Total value of the procurement (excluding VAT): EUR 16 000 000 ๐ฐ
Description
Description of the procurement: As detailed in II.1.4
Award criteria
Quality criterion (name): Information Management and Data Capture
Quality criterion (weighting): 25%
Quality criterion (name): Service Delivery Proposal
Quality criterion (weighting): 20%
Quality criterion (name):
โEnvironmental Management: Collection & Disposal Methodology & Supply Chain Transparencyโ
Quality criterion (name): Contract Management and Service Level Agreement
Quality criterion (weighting): 10%
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 25%
Description
Additional information:
โPlease consult the associated documentation, which is available to download from www.etenders.gov.ie using RFT ID 182403โ
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 004-003565
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โWaste Collection Services for ship generated waste and other waste generated by DPCโ
Date of conclusion of the contract: 2021-11-01 ๐
Complementary information Review body
Postal town: Dublin
Postal code: 7
Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Remedies Directive and SI 131
Service from which information about the review procedure may be obtained
Postal town: Dublin
Source: OJS 2022/S 013-030843 (2022-01-14)