Section one: Contracting authority
one.1) Name and addresses
Belfast City Council
9 Adelaide Street
Belfast
BT2 8DJ
Country
United Kingdom
Region code
UKN06 - Belfast
Internet address(es)
Main address
Buyer's address
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T2470 - Supply and delivery of outdoor litter bins
Reference number
T2470
two.1.2) Main CPV code
- 34928480 - Waste and rubbish containers and bins
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council invites Tenders from suitably qualified and experienced economic operators ‘Bidders’ for the supply and delivery of a range of outdoor litter bins.
This tender sets out the information which is required by the Council to assess the suitability of Bidders' experience, organisational and financial standing to meet the tender requirement. In addition to this, quality, social value, and pricing proposals will also be assessed before any contract award is made.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39224340 - Bins
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast City Council
two.2.4) Description of the procurement
This Contract is for the supply and delivery of litters bins with the following 6 core items ‘Core Items’:-
- Outdoor, ground mounted, hooded litter bin (metal, circa 120ltr capacity)
- Outdoor, ground mounted, hooded litter bin (plastic, circa 120ltr capacity)
- Outdoor ground mounted semi domed litter bin (ductile iron, circa 110ltr capacity) – For Connswater Greenway
- Outdoor ground mounted semi domed litter bin (ductile iron, circa 110ltr capacity) – For Forth Meadow Greenway
- Outdoor post mounted litter bin (plastic, circa 50ltr)
- Outdoor recycling bins
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract shall be effective from the date of award of Contract for an initial period of 2 years.
The Council reserves the right to extend/renew the Contract up to a further 3 years (2 + 1 years). Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The following additional support Services and other Goods may be required under this Contract during the Contract Period:-
- Trial and purchase of additional litter bins type including, but not limited to:
- Different variations of the Core Items i.e. size, capacity and manufactured materials
- Dog waste bins
- Recycling/ Waste segregation bins
- Solar waste compacting bins
- Indoor litter bins including recycling /waste segregation bins
- New/innovative litter bin products
- Any other litter bins types - ground, wall or pole mounted
Support services associated with litter bin supply including, but not limited to:
- Installation of litter bins including ground/site preparation for installation
- Bin refurbishment including repairs, re-painting/spraying and rust treatment (workshop and on-site)
- Key/ lock replacement
- Branding of litter bins and/or installation of new signage or sponsorship
- Consultancy/advice type services i.e. to support a city litter bin strategy
Large scale projects by the Council where large bulk purchases are required may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in these circumstances where value for money is not demonstrated.
The Council reserves the right to add or remove items from the Contract in line with the Council’s requirements.
Optional Goods and Services not priced in the Pricing Schedule are priced based using a quotation. Responses to a quotation request is required within 5 working days. This is measured from the time the initial request is made in writing by the Council to the quotation sent by the Contractor. All quotations should be via email and include a full breakdown of the service and associated costs using appropriate rates from the Pricing Schedule, where possible. A quotation form/ template may be implemented during the Contract Period to improve consistency. This response time to a quotation request may be extended in agreement with the Council Representative should be the quotation be more complex than normal.
Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.
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
Any value stated in this notice includes for anticipated purchases of goods and services set out in the Specification and all optional goods and services set out. No guarantees of volumes or spend under the Contract are provided.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 February 2024
Local time
12:30pm
Place
via eSourcing portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Belfast
Country
United Kingdom