Contract

Kerbside collection and recycling service

  • Belfast City Council

F03: Contract award notice

Notice identifier: 2024/S 000-017271

Procurement identifier (OCID): ocds-h6vhtk-0368cd

Published 4 June 2024, 12:23pm



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9 Adelaide Street

Belfast

BT2 8DJ

Email

cps@belfastcity.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

https://www.belfastcity.gov.uk/

Buyer's address

https://www.belfastcity.gov.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Kerbside collection and recycling service

Reference number

T2343

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

This Tender was issued by the Council in connection with a competitive procurement being conducted in accordance with the Regulations.

The Council invited Tenders from suitably qualified, licenced and experienced economic operators ‘Bidders’ for the collection of food waste and the kerbside-sorted collection, treatment and onward sale of dry recyclables, for approximately 58,000 households in the inner city, including an estimated 10,000 apartments.

The Tender set out the information which was required by the Council to assess the suitability of Bidders' experience, organisational and financial standing to meet the ITT requirement. In addition to this, quality, social value, and pricing proposals was also be assessed before any contract award was made.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £25,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast

two.2.4) Description of the procurement

The Service is for the kerbside collection and treatment services for recyclable materials.

The Contractor will provide a collection service for Type 2 Waste, which will be delivered to the Council’s nominated treatment facility, currently Natural World Products (Belfast). They will also provide a comprehensive collection, treatment and onward sale arrangements for a range of dry recyclable materials, which must include as a minimum at the commencement of the contract: paper; cardboard; metal tins and cans; plastic bottles, tubs, trays and pots; textiles; tetrapak®; glass bottles and jars and aluminium foil.

The Contract is initially for approximately 58,000 dwellings in the inner city (including an estimated 10,000 apartments), although this may vary over time and may extend to other parts of the city which are deemed suitable.

The Service will commence on 1st August 2024 ‘Service Commencement Date’ with a intended roll out of wheelie boxes and 180 litre residual bins to be phased into the Contract Area during Contract Years 2 and 3.

The Contract will be monitored to ensure that high quality services are provided and targets are achieved at all times.

The Council shall be responsible for promoting the service, educating customers and acting as first point of contact for Customer requests and complaints. The Council will administer all complaints and requests for service and liaise with the Contractor regarding resolution.

The Contractor is expected to provide all reasonable information to the Council, in relation to contamination and participation, in order to inform engagement and communication activities and maximise the quality and volume of materials captured.

The Contract will operate an equal revenue sharing scheme in relation to the sale of the dry recyclables.

Any changes to the Service, whether requested by the Council or the Contractor, will be negotiated and agreed via the Authorised Officer.

The Council wishes to ensure a high level of co-operation with the Contractor in order to jointly deliver the most effective Service possible.

two.2.5) Award criteria

Quality criterion - Name: Implementation and Mobilisation Plans / Weighting: 10

Quality criterion - Name: Service Delivery and Resourcing Plan / Weighting: 25

Quality criterion - Name: Waste Management Plan / Weighting: 10

Quality criterion - Name: Contract and Performance Management / Weighting: 15

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The proposed contract will continue for an initial period of 5 years.

There is an option for extension up to a further 2 years

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

Any values stipulated in this notice are not guaranteed. The total contract value includes for all options included for in the contract plus annual anticipated cost increases in line with market prices and permitted price variation clauses in the contract


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: 2022/S 000-025942


Section five. Award of contract

Contract No

T2343

Title

Kerbside collection and recycling service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 June 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bryson Recycling

Mallusk

Country

United Kingdom

NUTS code
  • UKN0D - Antrim and Newtownabbey
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £25,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

Email

office@courtsni.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention of Belfast City Council and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 (as amended). Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

Email

office@courtsni.gov.uk

Country

United Kingdom