Contract

ID 3430459 - NON-HAZARDOUS WASTE MANAGEMENT SERVICES FOR THE NORTHERN IRELAND PUBLIC SECTOR

  • Department of Finance
  • Department for Communities NI
  • Department for Infrastructure NI
  • Department for the Economy NI
  • Department of Agriculture Environment and Rural Affairs NI
Show 11 more buyers Show fewer buyers
  • Department of Education NI
  • Department of Finance
  • Department of Health NI
  • Department of Justice NI
  • Northern Ireland Housing Executive
  • The Executive Office
  • Public Prosecution Service for Northern Ireland
  • Education Authority NI
  • NI Water and its subsidiaries
  • Translink
  • Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2022/S 000-002957

Procurement identifier (OCID): ocds-h6vhtk-02e7a3

Published 2 February 2022, 11:44am



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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

sourcing@niwater.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

Translink

Procurement Department

Belfast

BT2 7LX

Email

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

Email

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

Email

username@riverridge.co.uk

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

Email

username@riverridge.co.uk

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

Email

username@riverridge.co.uk

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.