Section one: Contracting authority
one.1) Name and addresses
Belfast City Council
9 - 21 Adelaide Street
Belfast
BT2 8DJ
Country
United Kingdom
Region code
UKN06 - Belfast
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
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
Tender for the collection and treatment of scrap metal and abandoned vehicles
Reference number
T2486
two.1.2) Main CPV code
- 90514000 - Refuse recycling services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract shall be for the collection and treatment of scrap metal from the Council’s Household Recycling Centres, Civic Amenity Sites and Waste Transfer Station and the removal of abandoned Vehicles within the Belfast City boundary.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 14910000 - Recovered secondary metal raw materials
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
The Council currently collects approximately 1300 tonnes of scrap metals per annum from its Recycling Centres, Civic Amenity Sites and Waste Transfer Station.
The scrap metals brought into the household recycling centres are compacted into 35 cubic yard open top roll on roll off containers by means of roll packer machines operated by Council site staff.
During the period April 2023 to March 2024, 17 abandoned vehicles were collected and treated.
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
36
This contract is subject to renewal
Yes
Description of renewals
The Council reserves the right to extend/renew the Contract up to a further one year
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.2.14) Additional information
Additional information can be found at section VI.3
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 June 2024
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 June 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council reserves the right to add the following additional requirements to the Service under this
Contract during the Contract Period: -
• The collection, transportation and treatment of other waste items or waste containers to support in house operations.
• Other similar mixed waste in the event of non or poor performance by another service provider.
• Additional Premises not listed in the Contract. This may be in response to new Premises being Identified and/or changes in how the Council’s in house operations are resourced and delivered.
• Temporary support for the Council’s in house operations to cover any shortfall in available resources.
• Introduce required changes associated with the Service to the Specification to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;
• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.
Large scale projects or changes may be subject to price negotiation based on economies of scale.
The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.
The Council reserves the right to add or remove Premises from the Contract in line with the Council’s requirements. Where the Council identifies an additional Premises to be added the Contractor will expected to price based similar Premises/ tasks priced in the Pricing Schedule.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Belfast
Country
United Kingdom