Tender

T25-019ENV Provision of Materials Processing Services for Recycling of Source Segregated Materials

  • Derry City and Strabane District Council

F02: Contract notice

Notice identifier: 2025/S 000-006860

Procurement identifier (OCID): ocds-h6vhtk-03fa93

Published 21 February 2025, 2:58pm



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

Email

tenders@derrystrabane.com

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