Section one: Contracting authority
one.1) Name and addresses
Derry City and Strabane District Council
Council Offices, 98 Strand Road
Derry
BT48 7NN
Contact
Via eTendersNI Messaging
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.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
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
T25-019ENV Provision of Materials Processing Services for Recycling of Source Segregated Materials
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Derry City and Strabane District Council wish to appoint a suitable contractor and / or contractors for the Provision of Materials Processing Services for Recycling of Source Segregated Materials collected from Recycling Centres / Recycling Points. The Authority has a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a) and (b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authority is 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. Contractors must be able to provide a service that allows for the following elements- collection (s) and material processing for Recycling of Source Segregated Materials from Recycling Centres / Recycling Points, Transfer Stations and other Council Facilities to include recoverable materials from parks, cemeteries, grounds maintenance operations etc. Contractors can tender for all or some of the lots listed below along with their EWC codes. An EWC Code is a six-digit code used to identify waste as listed in the European Waste Catalogue. Lots are as follows: Lot 1 Green Waste 20 02 01, Lot 2 Cemetery Waste or Municipal Parks/Ground Waste 20 02 01 and Lot 3 Plasterboard 20 03 99. The Competition for each Lot is being conducted using the open procedure in accordance with the Regulations. Each Competition is separate from the others, although this Invitation to Tender establishes the terms and conditions of all Competitions. Each Contract awarded shall be for an initial period of three (3) years ("Initial Term"). The Council shall retain the right to extend its Contract awarded beyond the Initial Term by: an additional period of one (1) year from its third anniversary; and by second additional period of one (1) year from its fourth anniversary; and The Council reserves the right not to extend its Contract beyond the Initial Term and, where it does extend beyond the Initial Term, not to grant any further extensions thereafter. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
two.1.5) Estimated total value
Value excluding VAT: £1,380,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Green Waste 20 02 01
Lot No
1
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
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 wish to appoint a suitable contractor and / or contractors for the Provision of Materials Processing Services for Recycling of Source Segregated Materials collected from Recycling Centres / Recycling Points. The Authority has a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a) and (b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authority is 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. Contractors must be able to provide a service that allows for the following elements- collection (s) and material processing for Recycling of Source Segregated Materials from Recycling Centres / Recycling Points, Transfer Stations and other Council Facilities to include recoverable materials from parks, cemeteries, grounds maintenance operations etc. Contractors can tender for all or some of the lots listed below along with their EWC codes. An EWC Code is a six-digit code used to identify waste as listed in the European Waste Catalogue. Lots are as follows: Lot 1 Green Waste 20 02 01, Lot 2 Cemetery Waste or Municipal Parks/Ground Waste 20 02 01 and Lot 3 Plasterboard 20 03 99. The Competition for each Lot is being conducted using the open procedure in accordance with the Regulations. Each Competition is separate from the others, although this Invitation to Tender establishes the terms and conditions of all Competitions. Each Contract awarded shall be for an initial period of three (3) years ("Initial Term"). The Council shall retain the right to extend its Contract awarded beyond the Initial Term by: an additional period of one (1) year from its third anniversary; and by second additional period of one (1) year from its fourth anniversary; and The Council reserves the right not to extend its Contract beyond the Initial Term and, where it does extend beyond the Initial Term, not to grant any further extensions thereafter. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
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: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Each Contract awarded shall be for an initial period of three (3) years. The Authority shall retain the right to extend any Contract beyond its Initial Term by: 1.18.1 an additional period of one (1) year from its third anniversary; and
1.18.2 an additional period of one (1) year from its fourth anniversary.
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
Cemetery Waste or Municipal Parks/Ground Waste 20 02 01
Lot No
2
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
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 wish to appoint a suitable contractor and / or contractors for the Provision of Materials Processing Services for Recycling of Source Segregated Materials collected from Recycling Centres / Recycling Points. The Authority has a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a) and (b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authority is 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. Contractors must be able to provide a service that allows for the following elements- collection (s) and material processing for Recycling of Source Segregated Materials from Recycling Centres / Recycling Points, Transfer Stations and other Council Facilities to include recoverable materials from parks, cemeteries, grounds maintenance operations etc. Contractors can tender for all or some of the lots listed below along with their EWC codes. An EWC Code is a six-digit code used to identify waste as listed in the European Waste Catalogue. Lots are as follows: Lot 1 Green Waste 20 02 01, Lot 2 Cemetery Waste or Municipal Parks/Ground Waste 20 02 01 and Lot 3 Plasterboard 20 03 99. The Competition for each Lot is being conducted using the open procedure in accordance with the Regulations. Each Competition is separate from the others, although this Invitation to Tender establishes the terms and conditions of all Competitions. Each Contract awarded shall be for an initial period of three (3) years ("Initial Term"). The Council shall retain the right to extend its Contract awarded beyond the Initial Term by: an additional period of one (1) year from its third anniversary; and by second additional period of one (1) year from its fourth anniversary; and The Council reserves the right not to extend its Contract beyond the Initial Term and, where it does extend beyond the Initial Term, not to grant any further extensions thereafter. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
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
36
This contract is subject to renewal
Yes
Description of renewals
Each Contract awarded shall be for an initial period of three (3) years. The Authority shall retain the right to extend any Contract beyond its Initial Term by: 1.18.1 an additional period of one (1) year from its third anniversary; and
1.18.2 an additional period of one (1) year from its fourth anniversary.
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
Plasterboard 20 03 99
Lot No
3
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
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 wish to appoint a suitable contractor and / or contractors for the Provision of Materials Processing Services for Recycling of Source Segregated Materials collected from Recycling Centres / Recycling Points. The Authority has a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a) and (b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authority is 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. Contractors must be able to provide a service that allows for the following elements- collection (s) and material processing for Recycling of Source Segregated Materials from Recycling Centres / Recycling Points, Transfer Stations and other Council Facilities to include recoverable materials from parks, cemeteries, grounds maintenance operations etc. Contractors can tender for all or some of the lots listed below along with their EWC codes. An EWC Code is a six-digit code used to identify waste as listed in the European Waste Catalogue. Lots are as follows: Lot 1 Green Waste 20 02 01, Lot 2 Cemetery Waste or Municipal Parks/Ground Waste 20 02 01 and Lot 3 Plasterboard 20 03 99. The Competition for each Lot is being conducted using the open procedure in accordance with the Regulations. Each Competition is separate from the others, although this Invitation to Tender establishes the terms and conditions of all Competitions. Each Contract awarded shall be for an initial period of three (3) years ("Initial Term"). The Council shall retain the right to extend its Contract awarded beyond the Initial Term by: an additional period of one (1) year from its third anniversary; and by second additional period of one (1) year from its fourth anniversary; and The Council reserves the right not to extend its Contract beyond the Initial Term and, where it does extend beyond the Initial Term, not to grant any further extensions thereafter. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
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: £480,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Each Contract awarded shall be for an initial period of three (3) years. The Authority shall retain the right to extend any Contract beyond its Initial Term by: 1.18.1 an additional period of one (1) year from its third anniversary; and
1.18.2 an additional period of one (1) year from its fourth anniversary.
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
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: 2023/S 000-026382
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 April 2025
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: 4 April 2026
four.2.7) Conditions for opening of tenders
Date
4 April 2025
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Royal Courts of Justice NI
Belfast
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice NI
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As per PCR 2015
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice NI
Belfast
Country
United Kingdom