Section one: Contracting authority
one.1) Name and addresses
Antrim and Newtownabbey Borough Council
Antrim
BT41 2UB
procurement@antrimandnewtownabbey.gov.uk
Country
United Kingdom
Region code
UKN0D - Antrim and Newtownabbey
Internet address(es)
Main address
https://e-sourcingni.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/
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/
Tenders or requests to participate must be submitted to the above-mentioned address
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
Provision of Interceptor, Jetting, Grease Traps, and Drainage CCTV Services
Reference number
FI/PRO/TEN/582
two.1.2) Main CPV code
- 90640000 - Gully cleaning and emptying services
two.1.3) Type of contract
Services
two.1.4) Short description
Antrim and Newtownabbey Borough Council wishes to appoint suitably experienced service providers to a framework for the provision of interceptor, jetting, grease traps and Drainage CCTV Services across the Council’s asset portfolio, comprising of approximately 105 properties, including, but not limited to leisure facilities, administration and civic buildings, community centres, public conveniences, cemeteries, Household Recycling Centres, depots, sporting pavilions, stadiums, tourist centres, restaurants, car parks and heritage sites.
The contract period will be 13 May 2025 to 30 April 2027 with an option to extend for up to a further 24 months, subject to performance and review.
This Contract will be tendered in two lots:
• Lot 1 Interceptors, Jetting and Grease Traps
• Lot 2 Drainage CCTV Services
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
Interceptors, Jetting and Grease Traps
Lot No
1
two.2.2) Additional CPV code(s)
- 90640000 - Gully cleaning and emptying services
two.2.3) Place of performance
NUTS codes
- UKN0D - Antrim and Newtownabbey
two.2.4) Description of the procurement
Response maintenance, including the testing, inspection, repair, commissioning and maintenance of mechanical plant, as per the manufactures instruction, relevant SFG20 guidance and relevant British or Industry Standard; for the following services;
• Interceptors (hazardous/non-hazardous/green waste)
• Jetting (Sewage Lines, Drains and Car Park Gullies)
• Grease Trap (Restaurant/Café Waste);
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 24 months, subject to performance and review
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
Drainage CCTV Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90491000 - Sewer survey services
two.2.3) Place of performance
NUTS codes
- UKN0D - Antrim and Newtownabbey
two.2.4) Description of the procurement
Response maintenance, including the testing, inspection, repair, commissioning and maintenance of mechanical plant, as per the manufactures instruction, relevant SFG20 guidance and relevant British or Industry Standard; for the following services;
• CCTV Services/Surveys
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 24 months, subject to performance and review.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
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
25 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
25 March 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice - High Court
Belfast
Country
United Kingdom