Section one: Contracting authority
one.1) Name and addresses
Derry City and Strabane District Council
Council Offices, 98 Strand Road
Derry
BT48 7NN
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.1) Name and addresses
Causeway Coast and Glens Borough Council
Civic Headquarters Cloonavin 66 Portstewart Road
Coleraine
BT52 1EY
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 involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T22-124ENV Provision for the services for the haulage, treatment, recycling and disposal of NWRWMG collected Local Authority Street Sweeping and Gully Waste
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
Derry City and Strabane District Council and Causeway Coast and Glens Borough Council each wish to procure a separate contract for the provision for the haulage, treatment, recycling and disposal of Street Sweeping and Gully Waste. The Authorities each have a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a)(b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authorities are also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. The Authorities have jointly published a contract notice in the OJEU and are each seeking to award a contract under four separate lots (each a “Lot”) as follows: Lot 1: Derry City and Strabane District Council – Lot 1 concerns a contract for the collection, acceptance, treatment, processing, recycling and disposal of Street Cleaning and Gully waste material collected by Derry City and Strabane District Council or on its behalf. The appointed Contractor shall ensure that it is able to collect, accept, treat, process, recycle and/or dispose of up to 2,650 tonnes of such waste from Derry City and Strabane District Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. Lot 2: Causeway Coast and Glens Borough Council – Lot 2 concerns a contract for the collection, acceptance, treatment, processing, recycling and disposal of Street Cleaning and Gully waste material collected by Causeway Coast and Glens Borough Council or on its behalf. The appointed Contractor shall ensure that it is able to collect, accept, treat, process, recycle and/or dispose of up to 1,500 tonnes of such waste from Causeway Coast and Glens Borough Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. These Contracts will form an important part of each Council’s forward-looking strategy to manage waste in its area by reducing the amount of waste sent to landfill and increasing recycling rates. Appointed Contractors will be required to ensure that Contract Waste is recycled, reused, recovered and/or treated in recognition of the waste hierarchy before landfilled in order to maximise diversion. Please refer to CfT documents for further details.
two.1.5) Estimated total value
Value excluding VAT: £1,660,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 Derry City and Strabane District Council
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKN0A - Derry City and Strabane
two.2.4) Description of the procurement
Derry City and Strabane District Council and Causeway Coast and Glens Borough Council each wish to procure a separate contract for the provision for the haulage, treatment, recycling and disposal of Street Sweeping and Gully Waste. The Authorities each have a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a)(b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authorities are also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. The Authorities have jointly published a contract notice in the OJEU and are each seeking to award a contract under four separate lots (each a “Lot”) as follows: Lot 1: Derry City and Strabane District Council – Lot 1 concerns a contract for the collection, acceptance, treatment, processing, recycling and disposal of Street Cleaning and Gully waste material collected by Derry City and Strabane District Council or on its behalf. The appointed Contractor shall ensure that it is able to collect, accept, treat, process, recycle and/or dispose of up to 2,650 tonnes of such waste from Derry City and Strabane District Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. Lot 2: Causeway Coast and Glens Borough Council – Lot 2 concerns a contract for the collection, acceptance, treatment, processing, recycling and disposal of Street Cleaning and Gully waste material collected by Causeway Coast and Glens Borough Council or on its behalf. The appointed Contractor shall ensure that it is able to collect, accept, treat, process, recycle and/or dispose of up to 1,500 tonnes of such waste from Causeway Coast and Glens Borough Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. These Contracts will form an important part of each Council’s forward-looking strategy to manage waste in its area by reducing the amount of waste sent to landfill and increasing recycling rates. Appointed Contractors will be required to ensure that Contract Waste is recycled, reused, recovered and/or treated in recognition of the waste hierarchy before landfilled in order to maximise diversion. Please refer to CfT documents for further details.
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: £1,060,000
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
Initial 36 months with 2 x 12 months extensions
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Lot 2 Causeway Coast and Glens Borough Council
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKN0A - Derry City and Strabane
two.2.4) Description of the procurement
Derry City and Strabane District Council and Causeway Coast and Glens Borough Council each wish to procure a separate contract for the provision for the haulage, treatment, recycling and disposal of Street Sweeping and Gully Waste. The Authorities each have a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a)(b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authorities are also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. The Authorities have jointly published a contract notice in the OJEU and are each seeking to award a contract under four separate lots (each a “Lot”) as follows: Lot 1: Derry City and Strabane District Council – Lot 1 concerns a contract for the collection, acceptance, treatment, processing, recycling and disposal of Street Cleaning and Gully waste material collected by Derry City and Strabane District Council or on its behalf. The appointed Contractor shall ensure that it is able to collect, accept, treat, process, recycle and/or dispose of up to 2,650 tonnes of such waste from Derry City and Strabane District Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. Lot 2: Causeway Coast and Glens Borough Council – Lot 2 concerns a contract for the collection, acceptance, treatment, processing, recycling and disposal of Street Cleaning and Gully waste material collected by Causeway Coast and Glens Borough Council or on its behalf. The appointed Contractor shall ensure that it is able to collect, accept, treat, process, recycle and/or dispose of up to 1,500 tonnes of such waste from Causeway Coast and Glens Borough Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. These Contracts will form an important part of each Council’s forward-looking strategy to manage waste in its area by reducing the amount of waste sent to landfill and increasing recycling rates. Appointed Contractors will be required to ensure that Contract Waste is recycled, reused, recovered and/or treated in recognition of the waste hierarchy before landfilled in order to maximise diversion. Please refer to CfT documents for further details.
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: £6,000,000
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
Initial 36 months with 2 x 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
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
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the 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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2023
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
Tender must be valid until: 20 September 2023
four.2.7) Conditions for opening of tenders
Date
24 March 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 years should extensions not be granted otherwise 5 years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice NI
Belfast
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Courts of Justice NI
Belfast
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice NI
Belfast
Country
United Kingdom