Contract

FMM-24-002 PROVISION OF DRY MIXED RECYCLING WASTE SERVICES FOR THE EDUCATION AUTHORITY

  • the Education Authority

F03: Contract award notice

Notice identifier: 2025/S 000-000306

Procurement identifier (OCID): ocds-h6vhtk-046f24

Published 7 January 2025, 11:17am



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

facilities.procure@eani.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FMM-24-002 PROVISION OF DRY MIXED RECYCLING WASTE SERVICES FOR THE EDUCATION AUTHORITY

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

The Education Authority is inviting Tenders for the purpose of establishing a Contract for the provision of dry mixed recycling (DMR) waste services for a period of 3 years with the option to extend for any period(s) up to 12 months.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,100,000

two.2) Description

two.2.1) Title

Lot 1 – South-West Locality

Lot No

1

two.2.2) Additional CPV code(s)

  • 90533000 - Waste-tip management services
  • 34928480 - Waste and rubbish containers and bins
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Education Authority is inviting Tenders for the purpose of establishing a Contract for the provision of dry mixed recycling (DMR) waste services for a period of 3 years with the option to extend for any period(s) up to 12 months.

two.2.5) Award criteria

Quality criterion - Name: Methodology for the Delivery of Services / Weighting: 19.8

Quality criterion - Name: Delivery of Social Value / Weighting: 10.2

Price - Weighting: 70

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value shown in V.2.4 is the highest value for Lot 1 estimated in the following range: £240,000.00- £400,000.00 excluding VAT. This value has been calculated on a 4 year basis that includes the 3 three year Initial Period, with options to extend for any period of up to 12 months, as well as contingency for higher demand, inflation and extension period.There is no commitment as to the usage volume or value of orders during this contract

two.2) Description

two.2.1) Title

Lot 2 – North Locality

Lot No

2

two.2.2) Additional CPV code(s)

  • 90533000 - Waste-tip management services
  • 34928480 - Waste and rubbish containers and bins
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Education Authority is inviting Tenders for the purpose of establishing a Contract for the provision of dry mixed recycling (DMR) waste services for a period of 3 years with the option to extend for any period(s) up to 12 months.

two.2.5) Award criteria

Quality criterion - Name: Methodology for the Delivery of Services / Weighting: 19.8

Quality criterion - Name: Delivery of Social Value / Weighting: 10.2

Price - Weighting: 70

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value shown in V.2.4 is the highest value for Lot 2 estimated in the following range: £195,000.00- £325,000.00 excluding VAT. This value has been calculated on a 4 year basis that includes the 3 three year Initial Period, with options to extend for any period of up to 12 months, as well as contingency for higher demand, inflation and extension period.There is no commitment as to the usage volume or value of orders during this contract

two.2) Description

two.2.1) Title

Lot 3 – East Locality

Lot No

3

two.2.2) Additional CPV code(s)

  • 90533000 - Waste-tip management services
  • 34928480 - Waste and rubbish containers and bins
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Education Authority is inviting Tenders for the purpose of establishing a Contract for the provision of dry mixed recycling (DMR) waste services for a period of 3 years with the option to extend for any period(s) up to 12 months.

two.2.5) Award criteria

Quality criterion - Name: Methodology for the Delivery of Services / Weighting: 19.8

Quality criterion - Name: Delivery of Social Value / Weighting: 10.2

Price - Weighting: 70

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value shown in V.2.4 is the highest value for Lot 3 estimated in the following range: £225,000.00- £375,000.00 excluding VAT. This value has been calculated on a 4 year basis that includes the 3 three year Initial Period, with options to extend for any period of up to 12 months, as well as contingency for higher demand, inflation and extension period.There is no commitment as to the usage volume or value of orders during this contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-026225


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 – South-West Locality

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 December 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RiverRidge Recycling Portadown Ltd

91 MOY ROAD

CRAIGAVON

BT62 1QW

Email

info@riverridge.co.uk

Telephone

+44 2838353555

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £400,000

Total value of the contract/lot: £400,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 – North Locality

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 December 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RiverRidge Recycling Portadown Ltd

91 MOY ROAD

CRAIGAVON

BT62 1QW

Email

info@riverridge.co.uk

Telephone

+44 2838353555

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £325,000

Total value of the contract/lot: £325,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 3 – East Locality

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 December 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RiverRidge Recycling Portadown Ltd

91 MOY ROAD

CRAIGAVON

BT62 1QW

Email

info@riverridge.co.uk

Telephone

+44 2838353555

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £375,000

Total value of the contract/lot: £375,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

This Contract has been established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), and Controlled Youth Centres https:// www.education-ni.gov.uk/services/ schools-plus Further Education Colleges in NI https://www.nidirect.gov.uk/contacts/further-educationfe-colleges Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI. https://www.isc.co.uk/ schools/northern-ireland/ Libraries NI. https://www.librariesni.org.uk/Libraries/. EA Teachers’ and Educational Centres. Council for the Curriculum, Examination and Assessment NI (CCEA), Armagh Observatory and Planetarium, Middletown Centre for Autism, Controlled Schools Support Council (CSSC) and Northern Ireland Council for Integrated Education (NICIE) who may also use this Contract. The Successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note. 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on Contract requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance, they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (EA) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct, and they may be issued with a Notice of Unsatisfactory Performance which may result in the termination of the Contract. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. The EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included with the Contract documents (Schedule 4 - Social Considerations Schedule of document 4. FMM-24-002 Services (Contract) Commercial Conditions), to help achieve the EA’s objectives and address the strategic aims. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this Contract. Any levels, or aggregate values of services referred to are indicative only and shall not be binding on the Client.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead: any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015

Belfast

Country

United Kingdom