Section one: Contracting authority
one.1) Name and addresses
Belfast City Council
9-21 Adelaide Street
Belfast
BT2 8DJ
Country
United Kingdom
NUTS code
UKN06 - Belfast
Internet address(es)
Main address
Buyer's address
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.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
www.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
De-icing/gritting and outdoor maintenance services
Reference number
T2292
two.1.2) Main CPV code
- 90630000 - Ice-clearing services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for de-icing/gritting and outdoor maintenance services
two.1.5) Estimated total value
Value excluding VAT: £1,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90610000 - Street-cleaning and sweeping services
- 90620000 - Snow-clearing services
- 90640000 - Gully cleaning and emptying 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 provision of de-icing/ gritting services, snow clearance and other outdoor maintenance services across a number of Council locations.
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: £1,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial contract period of 2 years/ 24 months. The Council reserves the right to extend/renew the contract up to a further 36 months/ 3 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Initial contract period of 2 years/ 24 months. The Council reserves the right to extend/renew the contract up to a further 36 months/ 3 years.
The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -
Other outdoor maintenance services to support the Council’s in house operations teams (e.g. grounds/ landscape maintenance, roof and guttering cleaning, moss/weed control, site surveys, specialist powerwashing/ cleaning, event related clean up etc) provided the Contractor has the capacity, capability and suitably experience to provide the additional services at the time of being required.
Additional Premises not listed in Annexe 1/ Pricing Schedule. This may be in response to additional 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 outdoor cleaning/ maintenance e.g. flooding incident.
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.
Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the ITT/ procurement documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the ITT/ 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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 August 2022
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
31 August 2022
Local time
12:05pm
Place
via eSourcing NI
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Chichester Street
Belfast
BT1 3JY
Country
United Kingdom