Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123609
Country
United Kingdom
NUTS code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Management Services
Reference number
project_26215
two.1.2) Main CPV code
- 90511000 - Refuse collection services
two.1.3) Type of contract
Services
two.1.4) Short description
Waste Management Services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Coleraine, Magee, Jordanstown and Belfast campuses
two.2.4) Description of the procurement
The main objectives of this waste management contract are to enable the University to continue with
its progress to deliver sustainable waste management and to minimize disposal costs. This entails
working in partnership with the Supplier, recognizing the commercial benefits of this approach to all
parties.
The Supplier will manage the collection of un-segregated waste for segregation at their Material
Recycling Facility (MRF) and continue with the 100% of University waste diversion from Landfill.
The service will include the routine and ad-hoc collection and disposal/recycling of general office
(non-hazardous) waste streams
two.2.5) Award criteria
Quality criterion - Name: Delivery of Key Objectives / Weighting: 20
Quality criterion - Name: Contract & Team Management / Weighting: 5
Quality criterion - Name: Environmental Incidents / Weighting: 5
Quality criterion - Name: Waste Management Technologies / Weighting: 5
Quality criterion - Name: Key Performance Indicators / Weighting: 10
Quality criterion - Name: Approach to Communication / Weighting: 5
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
Initial term 4 years with provision to extend for any periods up to and including 36 months
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 estimated total value stated above in Section II.2.6 includes the initial 4 year contract period and the option to extend the contract for any periods up to and including 36 months.
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
14 May 2021
Local time
3:00pm
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
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 May 2021
Local time
3:00pm
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
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).