- 1. Department of Finance
- 2. Department for Communities NI
- 3. Department for Infrastructure NI
- 4. Department for the Economy NI
- 5. Department of Agriculture Environment and Rural Affairs NI
- 6. Department of Education NI
- 7. Department of Finance
- 8. Department of Health NI
- 9. Department of Justice NI
- 10. Northern Ireland Housing Executive
- 11. The Executive Office
- 12. Public Prosecution Service for Northern Ireland
- 13. Education Authority NI
- 14. NI Water and its subsidiaries
- 15. Translink
- 16. Police Service of Northern Ireland
Section one: Contracting authority
one.1) Name and addresses
Department of Finance
303 Airport Road West
BELFAST
BT3 9ED
Contact
collaboration.cpdfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
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
Department for Communities NI
Lighthouse Building, 1 Cromac Place
Belfast
BT7 2JB
SSDAdmin.CPD@finance-ni.gov.uk
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
Department for Infrastructure NI
Clarence Court Adelaide Street
Belfast
BT2 8GB
SSDAdmin.CPD@finance-ni.gov.uk
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
Department for the Economy NI
Netherleigh, Massey Avenue
Belfast
BT4 2JP
SSDAdmin.CPD@finance-ni.gov.uk
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
Department of Agriculture Environment and Rural Affairs NI
Dundonald House
Belfast
BT4 3SB
SSDAdmin.CPD@finance-ni.gov.uk
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
Department of Education NI
Rathgael House
Bangor
BT19 7PR
SSDAdmin.CPD@finance-ni.gov.uk
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
Department of Finance
Clare House, 303 Airport Road West
BELFAST
BT3 9ED
SSDAdmin.CPD@finance-ni.gov.uk
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
Department of Health NI
Castle Buildings
Belfast
BT4 3SQ
SSDAdmin.CPD@finance-ni.gov.uk
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
Department of Justice NI
Block B, Castle Buildings
Belfast
BT4 3SG
SSDAdmin.CPD@finance-ni.gov.uk
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
Northern Ireland Housing Executive
2 Adelaide Street
Belfast
BT2 8BP
SSDAdmin.CPD@finance-ni.gov.uk
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
The Executive Office
Stormont Castle
Belfast
BT4 3TT
SSDAdmin.CPD@finance-ni.gov.uk
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
Public Prosecution Service for Northern Ireland
Linum Chambers, 2 Bedford Square
Belfast
BT2 7ES
SSDAdmin.CPD@finance-ni.gov.uk
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
Education Authority NI
40 Academy Street
Belfast
BT1 2NQ
SSDAdmin.CPD@finance-ni.gov.uk
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
NI Water and its subsidiaries
Westland House
Belfast
BT14 6TE
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
Translink
Procurement Department
Belfast
BT2 7LX
SSDAdmin.CPD@finance-ni.gov.uk
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
Police Service of Northern Ireland
Brooklyn
Belfast
BT5 6LE
SSDAdmin.CPD@finance-ni.gov.uk
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.2) Information about joint procurement
The contract involves 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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3430459 - NON-HAZARDOUS WASTE MANAGEMENT SERVICES FOR THE NORTHERN IRELAND PUBLIC SECTOR
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
Construction and Procurement Delivery (CPD), on behalf of the participating bodies listed in Annex I of the Specification document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non-Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each location are provided within Annex A Building Data. The contract is structured across 4 Lots and each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
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: £11,748,178.92
two.2) Description
two.2.1) Title
Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90510000 - Refuse disposal and treatment
- 90511100 - Urban solid-refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90513300 - Refuse incineration services
- 90513200 - Urban solid-refuse disposal services
- 90513500 - Treatment and disposal of foul liquids
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Construction and Procurement Delivery (CPD), on behalf of the participating bodies listed in Annex I of the Specification document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non-Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each location are provided within Annex A Building Data. The contract is structured across 4 Lots and each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
two.2.5) Award criteria
Quality criterion - Name: as per the tender documents / Weighting: 30
Cost criterion - Name: as per the tender documents / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
first option up to 24 month extension; second option up to 12 month extension.
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 values stated for each lot are estimates.
two.2) Description
two.2.1) Title
Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90510000 - Refuse disposal and treatment
- 90511100 - Urban solid-refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90513300 - Refuse incineration services
- 90513200 - Urban solid-refuse disposal services
- 90513500 - Treatment and disposal of foul liquids
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Construction and Procurement Delivery (CPD), on behalf of the participating bodies listed in Annex I of the Specification document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non-Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each location are provided within Annex A Building Data. The contract is structured across 4 Lots and each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
two.2.5) Award criteria
Quality criterion - Name: As per the tender documents / Weighting: 30
Cost criterion - Name: As per the tender documents / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
first option up to 24 month extension; second option up to 12 month extension.
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 values stated for each lot are estimates.
two.2) Description
two.2.1) Title
Lot 3
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90510000 - Refuse disposal and treatment
- 90511100 - Urban solid-refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90513300 - Refuse incineration services
- 90513200 - Urban solid-refuse disposal services
- 90513500 - Treatment and disposal of foul liquids
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Construction and Procurement Delivery (CPD), on behalf of the participating bodies listed in Annex I of the Specification document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non-Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each location are provided within Annex A Building Data. The contract is structured across 4 Lots and each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
two.2.5) Award criteria
Quality criterion - Name: As per the tender documents / Weighting: 30
Cost criterion - Name: As per the tender documents / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
first option up to 24 month extension; second option up to 12 month extension.
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 values stated are estimates.
two.2) Description
two.2.1) Title
Lot 4
Lot No
4
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90510000 - Refuse disposal and treatment
- 90511100 - Urban solid-refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90513300 - Refuse incineration services
- 90513200 - Urban solid-refuse disposal services
- 90513500 - Treatment and disposal of foul liquids
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Construction and Procurement Delivery (CPD), on behalf of the participating bodies listed in Annex I of the Specification document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non-Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each location are provided within Annex A Building Data. The contract is structured across 4 Lots and each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
two.2.5) Award criteria
Quality criterion - Name: As per the tender documents / Weighting: 30
Cost criterion - Name: As per the tender documents / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
first option up to 24 month extension; second option up to 12 month extension.
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 values stated are estimates.
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: 2021/S 000-024630
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 January 2022
five.2.2) Information about tenders
Number of tenders received: 4
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: 1
Number of tenders received by electronic means: 4
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
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,457,985.49
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 January 2022
five.2.2) Information about tenders
Number of tenders received: 4
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: 1
Number of tenders received by electronic means: 4
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
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,022,199.73
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot 3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 January 2022
five.2.2) Information about tenders
Number of tenders received: 4
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: 1
Number of tenders received by electronic means: 4
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
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,267,993.70
Section five. Award of contract
Contract No
4
Lot No
4
Title
Lot 4
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance the matter will be escalated to senior management in Construction Procurement Delivery Supplies and Services Division for further action. If this occurs and your performance does not improve to satisfactory levels within the specified period, this can be. considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future public procurement competitions for a period of up to three years.
six.4) Procedures for review
six.4.1) Review body
Not applicable in the UK
Not applicable in the UK
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.