Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityUrban railway, tramway, trolleybus or bus services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
PQQ Waste Management Services
Reference number: OJEU 10.2021
II.1.2)Main CPV code90511000 Refuse collection services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this Pre-Qualification Questionnaire (“PQQ”) is to enable the Contracting Entity to evaluate the suitability of applicants and to arrive at a shortlist of potential suppliers. It is intended that following PQQ evaluation, a number of applicants will be invited to tender for the specific requirements of the contract.
II.1.5)Estimated total valueValue excluding VAT: 850 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)03416000 Wood waste
34928480 Waste and rubbish containers and bins
90513000 Non-hazardous refuse and waste treatment and disposal services
44613700 Refuse skips
90511000 Refuse collection services
90511300 Litter collection services
90500000 Refuse and waste related services
45222110 Waste disposal site construction work
44613800 Containers for waste material
II.2.3)Place of performanceNUTS code: IE061 Dublin
II.2.4)Description of the procurement:
The purpose of this Pre-Qualification Questionnaire (“PQQ”) is to enable the Contracting Entity to evaluate the suitability of applicants and to arrive at a shortlist of potential suppliers. It is intended that following PQQ evaluation, a number of applicants will be invited to tender for the specific requirements of the contract.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 850 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
The initial contract will be for three years with the option of two one year extensions subject to approval by both the contracting authority and the contractor
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As per PQQ document attached
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participateDate: 09/11/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 31/08/2022
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
It is envisaged that this will published again in 2025 subject to extensions.
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Four Courts
Postal address: Inns Quay
Town: Dublin
Country: Ireland
VI.5)Date of dispatch of this notice:06/10/2021