Provision for Residual Waste Treatment Services, TENV20-065

  • Causeway Coast and Glens Borough Council and Derry City and Strabane District Council, on behalf of the North West Region Waste Management Group.
  • Causeway Coast and Glens Borough Council
  • Derry City and Strabane District Council

F14: Notice for changes or additional information

Notice reference: 2021/S 000-000970

Published 18 January 2021, 2:16pm



Section one: Contracting authority/entity

one.1) Name and addresses

Causeway Coast and Glens Borough Council and Derry City and Strabane District Council, on behalf of the North West Region Waste Management Group.

Council Offices, 98 Strand Road

Derry

BT48 7NN

Email

tenders@derrystrabane.com

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Causeway Coast and Glens Borough Council

Civic Headquarters Cloonavin 66 Portstewart Road

Coleraine

BT52 1EY

Email

tenders@derystrabane.com

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Derry City and Strabane District Council

Council Offices, 98 Strand Road

Derry

BT48 7NN

Email

tenders@derrystrabane.com

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision for Residual Waste Treatment Services, TENV20-065

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Scope of the procurement Potential Providers will provide Facilities for managing the following categories of Council Collected Municipal Waste: - comingled compacted and un-compacted open skip waste from recycling centres, kerbside collected residual (black bin) waste, bulky waste, indiscriminate dumping, street cleaning (to include litter picks and litter bins, but not exclusively) and commercial waste collected or on behalf of the Authority and deposited at the nominated Collection Points. Potential Providers must be able to provide a service that allows for the following elements; for the provision of services for the possible haulage, storage, treatment and disposal materials from Local Authority Collected Residual Waste from transfer stations. This includes for the processing, diversion, recycling and onward distribution to the end markets of the materials collected in order to achieve a recycling rate for the input materials at a minimum of 15per cent by weight. A Landfill diversion rate for the input materials at a minimum of 70per cent by weight must be achieved. The treatment of this waste is intended to ensure that the Client meets its obligations under Domestic and European legislation including the Landfill Allowance Scheme (Northern Ireland) Regulations 2004. The Client anticipates that some 74,000 tonnes per annum of residual waste will require treatment for the duration of the contract. However, no tonnage is guaranteed. The Client envisages the use of processes such as mechanical biological treatment, anaerobic digestion and the production of refuse derived recovered fuel (RDF) for energy recovery at an R1 rated facility and acceptable technologies for the treatment of the Client’s waste, to meet EWC code 20 03 01. The service also requires that Contract Waste undergo a treatment process that results in the Contract Waste being re-classified specifically to EWC codes 19-12-10 and 19-12-12 before shipment to the storage facility and a R1 facility. Potential Providers must provide a guarantee they have an R1 rated facility for the treatment of the contract waste for the duration of the contract. The named facility must be notified to the Councils, by producing a guarantee, which is to be provided by the R1 operator, on their company letterhead. The Contractor must inform and seek approval from Councils if the R1 provider identified at the commencement of the contract is to change. Contractors must be able to provide a service that allows for the following elements; for the provision of services for the possible haulage, storage, treatment and disposal materials from Local Authority Collected Residual Waste from transfer stations. This includes for the processing, diversion, recycling and onward distribution to the end markets of the materials collected in order to achieve a recycling rate for the input materials at a minimum of 15per cent by weight. Please refer to CfT documents for further information.


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

IV.2.2)

Instead of
Date

25 January 2021

Local time

12:00pm

Read
Date

5 February 2021

Local time

12:00pm

Section number

IV.2.6)

Instead of
Date

24 June 2021

Read
Date

9 July 2021

Section number

IV.2.7)

Instead of
Date

25 January 2021

Local time

12:30pm

Read
Date

5 February 2021

Local time

12:30pm