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
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 for Ulster University.
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: £950,000
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 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.2.11) Information about options
Options: Yes
Description of options
The Services shall commence on 1 August 2021 for an initial period of four (4) years with the option 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.1.7 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.1.6) Information about electronic auction
An electronic auction will be used
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: 2021/S 000-008568
Section five. Award of contract
Contract No
Project_26215
Title
Waste Management Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Riverridge Recycling (Portadown) Ltd
56 Craigmore Road
Coleraine
BT51 5HF
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £950,000
Section six. Complementary information
six.3) Additional information
The Services shall commence on 1 August 2021 for an initial period of four (4) years with the option to extend for any periods up to and including 36 months.
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 incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to all tenderers. The standstill period provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into. The Public Contracts Regulations 2015 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).