Opportunity

The Supply of Services Relating to the Treatment and Energy Recovery/Disposal of Residual Waste Arisings

  • arc21

F02: Contract notice

Notice reference: 2022/S 000-021639

Published 5 August 2022, 7:47pm



Section one: Contracting authority

one.1) Name and addresses

arc21

Belfast Castle, Antrim Road

Belfast

BT15 5GR

Email

karen.boal@arc21.org.uk

Telephone

+44 2890726333

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Waste Management


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Supply of Services Relating to the Treatment and Energy Recovery/Disposal of Residual Waste Arisings

Reference number

4320754

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

arc21 is establishing a Dynamic Purchasing System (DPS), divided into four Lots, for the provision of services relating to the treatment and energy recovery or disposal of Member Councils’ residual waste arisings. Lot 1 predominantly incorporates residual kerbside collections and residual waste from commercial/trade collections, which may be mixed with other residual waste streams. Lot 2 predominantly incorporates residual waste from Household Waste Recycling Centres which may be mixed with other residual waste streams. Lot 3 predominantly incorporates combined residual kerbside waste from commercial/trade collections and Household Waste Recycling Centre waste which may be mixed with other residual waste streams. Lot 4 predominantly incorporates other residual waste streams such as street litter, bulky waste and fly tipped waste and which may include waste arising from bonfires that has not or cannot be combined in any of the Lots. Within each of the Lots there may also be a requirement for the Contractor(s) to provide a delivery point(s) within a specified range; the loading of waste and/or an element of waste transport. The DPS is a two-stage process. There is no intention to limit the minimum and maximum number of service providers. In the initial setup stage, all service providers that meet the selection criteria and are not excluded must be admitted to the DPS. The DPS will be open to entrants, throughout its life, who meet the minimum criteria. Further information on the selection process can be found within the procurement documents. In addition to the specific Participating Bodies detailed in the notice call-off competitions may include waste from NI Councils who are not constituent councils of arc21.

two.1.5) Estimated total value

Value excluding VAT: £970,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

two.2) Description

two.2.1) Title

Lot 1 – The provision of services concerning residual kerbside collections and residual waste from commercial/trade collections

Lot No

1

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services
  • 90513100 - Household-refuse disposal services
  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

UKN0

two.2.4) Description of the procurement

arc21 is establishing a Dynamic Purchasing System (DPS), divided into four Lots, for the provision of services relating to the treatment and energy recovery or disposal of Member Councils’ residual waste arisings. Lot 1 predominantly incorporates residual kerbside collections and residual waste from commercial/trade collections, which may be mixed with other residual waste streams. Lot 2 predominantly incorporates residual waste from Household Waste Recycling Centres which may be mixed with other residual waste streams. Lot 3 predominantly incorporates combined residual kerbside waste from commercial/trade collections and Household Waste Recycling Centre waste which may be mixed with other residual waste streams. Lot 4 predominantly incorporates other residual waste streams such as street litter, bulky waste and fly tipped waste and which may include waste arising from bonfires that has not or cannot be combined in any of the Lots. Within each of the Lots there may also be a requirement for the Contractor(s) to provide a delivery point(s) within a specified range; the loading of waste and/or an element of waste transport. The DPS is a two-stage process. There is no intention to limit the minimum and maximum number of service providers. In the initial setup stage, all service providers that meet the selection criteria and are not excluded must be admitted to the DPS. The DPS will be open to entrants, throughout its life, who meet the minimum criteria. Further information on the selection process can be found within the procurement documents. In addition to the specific Participating Bodies detailed in the notice call-off competitions may include waste from NI Councils who are not constituent councils of arc21.

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

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will remain live for a minimum of 48 months and is anticipated to remain live to facilitate Call-Off Competitions for a further 48 months. Note: arc21 reserves the right to extend further if deemed appropriate to do so subject to the Public Contracts Regulation 2015.

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

The duration of individual contracts awarded under the DPS may vary, with the initial contracts (anticipated to be awarded in 2022) currently envisaged to be for a duration of at least 3 years with arc21 having the option of extending for a further period(s) of up to 48 months. The value included in section II.1.5 is the estimated value of all contracts currently envisaged to be awarded under the DPS if it is extended for its full duration (and if the contract extensions are fully utilised). Due to the nature of the Lots it is not possible at this stage to accurately predict which Lot the councils will allocate their waste to and therefore it is not possible to estimate the value of each Lot individually over the life of the DPS. arc21 reserves the right to terminate the DPS at any time.

two.2) Description

two.2.1) Title

Lot 2 - The provision of services concerning residual waste from Household Waste Recycling Centres

Lot No

2

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services
  • 90513100 - Household-refuse disposal services
  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

arc21 is establishing a Dynamic Purchasing System (DPS), divided into four Lots, for the provision of services relating to the treatment and energy recovery or disposal of Member Councils’ residual waste arisings. Lot 1 predominantly incorporates residual kerbside collections and residual waste from commercial/trade collections, which may be mixed with other residual waste streams. Lot 2 predominantly incorporates residual waste from Household Waste Recycling Centres which may be mixed with other residual waste streams. Lot 3 predominantly incorporates combined residual kerbside waste from commercial/trade collections and Household Waste Recycling Centre waste which may be mixed with other residual waste streams. Lot 4 predominantly incorporates other residual waste streams such as street litter, bulky waste and fly tipped waste and which may include waste arising from bonfires that has not or cannot be combined in any of the Lots. Within each of the Lots there may also be a requirement for the Contractor(s) to provide a delivery point(s) within a specified range; the loading of waste and/or an element of waste transport. The DPS is a two-stage process. There is no intention to limit the minimum and maximum number of service providers. In the initial setup stage, all service providers that meet the selection criteria and are not excluded must be admitted to the DPS. The DPS will be open to entrants, throughout its life, who meet the minimum criteria. Further information on the selection process can be found within the procurement documents. In addition to the specific Participating Bodies detailed in the notice call-off competitions may include waste from NI Councils who are not constituent councils of arc21.

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

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will remain live for a minimum of 48 months and is anticipated to remain live to facilitate Call-Off Competitions for a further 48 months. Note: arc21 reserves the right to extend further if deemed appropriate to do so subject to the Public Contracts Regulation 2015.

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

The duration of individual contracts awarded under the DPS may vary, with the initial contracts (anticipated to be awarded in 2022) currently envisaged to be for a duration of at least 3 years with arc21 having the option of extending for a further period(s) of up to 48 months. The value included in section II.1.5 is the estimated value of all contracts currently envisaged to be awarded under the DPS if it is extended for its full duration (and if the contract extensions are fully utilised). Due to the nature of the Lots it is not possible at this stage to accurately predict which Lot the councils will allocate their waste to and therefore it is not possible to estimate the value of each Lot individually over the life of the DPS. arc21 reserves the right to terminate the DPS at any time.

two.2) Description

two.2.1) Title

Lot 3 - The provision of services concerning combined residual kerbside waste from commercial/trade collections and Household Waste Recycling Centre waste

Lot No

3

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services
  • 90513100 - Household-refuse disposal services
  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

arc21 is establishing a Dynamic Purchasing System (DPS), divided into four Lots, for the provision of services relating to the treatment and energy recovery or disposal of Member Councils’ residual waste arisings. Lot 1 predominantly incorporates residual kerbside collections and residual waste from commercial/trade collections, which may be mixed with other residual waste streams. Lot 2 predominantly incorporates residual waste from Household Waste Recycling Centres which may be mixed with other residual waste streams. Lot 3 predominantly incorporates combined residual kerbside waste from commercial/trade collections and Household Waste Recycling Centre waste which may be mixed with other residual waste streams. Lot 4 predominantly incorporates other residual waste streams such as street litter, bulky waste and fly tipped waste and which may include waste arising from bonfires that has not or cannot be combined in any of the Lots. Within each of the Lots there may also be a requirement for the Contractor(s) to provide a delivery point(s) within a specified range; the loading of waste and/or an element of waste transport. The DPS is a two-stage process. There is no intention to limit the minimum and maximum number of service providers. In the initial setup stage, all service providers that meet the selection criteria and are not excluded must be admitted to the DPS. The DPS will be open to entrants, throughout its life, who meet the minimum criteria. Further information on the selection process can be found within the procurement documents. In addition to the specific Participating Bodies detailed in the notice call-off competitions may include waste from NI Councils who are not constituent councils of arc21.

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

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will remain live for a minimum of 48 months and is anticipated to remain live to facilitate Call-Off Competitions for a further 48 months. Note: arc21 reserves the right to extend further if deemed appropriate to do so subject to the Public Contracts Regulation 2015.

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

The duration of individual contracts awarded under the DPS may vary, with the initial contracts) currently envisaged to be for a duration of at least 3 years with arc21 having the option of extending for a further period(s) of up to 48 months. The value included in section II.1.5 is the estimated value of all contracts currently envisaged to be awarded under the DPS if it is extended for its full duration (and if the contract extensions are fully utilised). Due to the nature of the Lots it is not possible at this stage to accurately predict which Lot the councils will allocate their waste to and therefore it is not possible to estimate the value of each Lot individually over the life of the DPS. arc21 reserves the right to terminate the DPS at any time.

two.2) Description

two.2.1) Title

Lot 4 - The provision of services concerning other residual waste streams such as street litter, bulky waste, fly tipped waste that has not or cannot be combined in any of the Lots

Lot No

4

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services
  • 90513100 - Household-refuse disposal services
  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

arc21 is establishing a Dynamic Purchasing System (DPS), divided into four Lots, for the provision of services relating to the treatment and energy recovery or disposal of Member Councils’ residual waste arisings. Lot 1 predominantly incorporates residual kerbside collections and residual waste from commercial/trade collections, which may be mixed with other residual waste streams. Lot 2 predominantly incorporates residual waste from Household Waste Recycling Centres which may be mixed with other residual waste streams. Lot 3 predominantly incorporates combined residual kerbside waste from commercial/trade collections and Household Waste Recycling Centre waste which may be mixed with other residual waste streams. Lot 4 predominantly incorporates other residual waste streams such as street litter, bulky waste and fly tipped waste and which may include waste arising from bonfires that has not or cannot be combined in any of the Lots. Within each of the Lots there may also be a requirement for the Contractor(s) to provide a delivery point(s) within a specified range; the loading of waste and/or an element of waste transport. The DPS is a two-stage process. There is no intention to limit the minimum and maximum number of service providers. In the initial setup stage, all service providers that meet the selection criteria and are not excluded must be admitted to the DPS. The DPS will be open to entrants, throughout its life, who meet the minimum criteria. Further information on the selection process can be found within the procurement documents. In addition to the specific Participating Bodies detailed in the notice call-off competitions may include waste from NI Councils who are not constituent councils of arc21.

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

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will remain live for a minimum of 48 months and is anticipated to remain live to facilitate Call-Off Competitions for a further 48 months. Note: arc21 reserves the right to extend further if deemed appropriate to do so subject to the Public Contracts Regulation 2015.

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

The duration of individual contracts awarded under the DPS may vary, but are currently envisaged to be for a duration of at least 3 years with arc21 having the option of extending for a further period(s) of up to 48 months. The value included in section II.1.5 is the estimated value of all contracts currently envisaged to be awarded under the DPS if it is extended for its full duration (and if the contract extensions are fully utilised). Due to the nature of the Lots it is not possible at this stage to accurately predict which Lot the councils will allocate their waste to and therefore it is not possible to estimate the value of each Lot individually over the life of the DPS. arc21 reserves the right to terminate the DPS at any time.


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

Appropriate evidence to be provided, that at the time of submission, the Economic Operator has the necessary consents in place for the delivery of the scope of services intended for call off contracts awarded under the DPS. This is envisaged to include evidence of all necessary regulatory consents including:. . o waste licences/permits, . o working plans or . o exemption certificates. . in relation to the facility / facilities proposed to be used to treat the waste by a physical, chemical thermal or biological process, or combination of these processes, which includes sorting and evidence to support energy recovery status. Where disposal forms part of the solution, the regulatory consents for the proposed landfill should also be provided.

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

The appointed Contractor(s) will be responsible for collating and reporting data and reporting performance relevant to each contract awarded under the DPS.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

4 September 2032

Local time

12:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In addition to the specific Participating Bodies detailed in the notice Call-Off Competitions may include waste from NI Councils who are not constituent councils of arc21. The Call-Off Competitions may involve other Councils from NI who are not constituent councils of arc21. The value included in section II.2.6 is the estimated value of all contracts currently envisaged to be awarded under the DPS if it is extended for its full duration (and if the contract extensions are fully utilised). Due to the nature of the Lots it is not possible at this stage to accurately predict which Lot the councils will allocate their waste to and therefore it is not possible to estimate the value of each Lot individually over the life of the DPS. The time for initial applications to join the DPS will commence in August 2022. New suppliers will be able to join during the life of the DPS. An initial phase of competition(s) is envisaged to take place in September/October 2022 with a view to the services, arising from the award of those Contracts, commencing at the beginning of 2023. Only those suppliers who have been admitted onto the DPS, at the time of the issue of a CfT for a specific procurement under a Lot, will be invited to tender in respect of that specific procurement. A previous publication concerning this procedure was issued on etenders NI on 4th June 2021.

six.4) Procedures for review

six.4.1) Review body

The High Court, Royal Courts of Justice

Belfast

BT1 3JF

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contract Regulations 2015. Proceedings under the Public Contract Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of Northern Ireland.