- Scope of the procurement
- Lot 1 - Hazardous Waste throughout Northern Ireland
- Lot 2 – Non Hazardous Eastern Region (Belfast, Bangor & Downpatrick Districts)
- Lot 3 - Non - Hazardous Northern Region (Ballyclare, Ballymena, Coleraine) & Campsie Districts)
- Lot 4 – Non - Hazardous Southern & Western Region (Newry, Craigavon, Dungannon, Omagh & Enniskillen Districts)
- Lot 5 – Creosote Wood Pole Collections and Disposal throughout N. Ireland
Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks Ltd
120 Malone Road,
Belfast,
BT9 5HT
Contact
Noreen Magowan
noreen.magowan@nienetworks.co.uk
Country
United Kingdom
Region 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.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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://e-sourcingni.bravosolution.co.uk
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
S1096 (2024) - Waste Management Services
Reference number
S1096 (2024)
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreements for the provision of Waste Management Services across a number of separate lots. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further two (2) optional period of up to five (5) years, with a total potential duration of eight (8) years.
two.1.5) Estimated total value
Value excluding VAT: £14,698,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Hazardous Waste throughout Northern Ireland
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
Hazardous Waste Management Services for NIE Networks Premises throughout Northern Ireland
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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreements for the provision of Waste Management Services across a number of separate lots. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further two (2) optional period of up to five (5) years, with a total potential duration of eight (8) 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) Description
two.2.1) Title
Lot 2 – Non Hazardous Eastern Region (Belfast, Bangor & Downpatrick Districts)
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
Non Hazardous Waste Management Services for NIE Networks Premises Eastern Region (Belfast, Bangor & Downpatrick Districts)
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: £578,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreements for the provision of Waste Management Services across a number of separate lots. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further two (2) optional period of up to five (5) years, with a total potential duration of eight (8) 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) Description
two.2.1) Title
Lot 3 - Non - Hazardous Northern Region (Ballyclare, Ballymena, Coleraine) & Campsie Districts)
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
Non Hazardous Waste Management Services for NIE Networks Premises (Ballyclare, Ballymena, Coleraine & Campsie Districts)
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: £675,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreements for the provision of Waste Management Services across a number of separate lots. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further two (2) optional period of up to five (5) years, with a total potential duration of eight (8) 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) Description
two.2.1) Title
Lot 4 – Non - Hazardous Southern & Western Region (Newry, Craigavon, Dungannon, Omagh & Enniskillen Districts)
Lot No
4
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
Non - Hazardous Waste Management Services for South & West Region for NIE Networks Premises (Newry, Craigavon, Dungannon, Omagh & Enniskillen Districts)
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: £787,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreements for the provision of Waste Management Services across a number of separate lots. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further two (2) optional period of up to five (5) years, with a total potential duration of eight (8) 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) Description
two.2.1) Title
Lot 5 – Creosote Wood Pole Collections and Disposal throughout N. Ireland
Lot No
5
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
Creosote Wood Pole Collections and Disposal throughout N. Ireland
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: £11,458,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3.1.4. The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreements for the provision of Waste Management Services across a number of separate lots. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further two (2) optional period of up to five (5) years, with a total potential duration of eight (8) 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
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 specified within the PQQ and/or tender documents available from the address specified with the reference project S1096 (2024) Waste Management Services
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As specified within the PQQ and/or tender documents available from the address specified with the reference project S1096 (2024) Waste Management Services
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
20 September 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 October 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Northern Ireland Electricity Networks Ltd
120 Malone Road
Belfast
BT9 5HT
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Northern Ireland Electricity Networks Ltd
120 Malone Road
Belfast
BT9 5HT
Country
United Kingdom
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, Chicester Street
Belfast
BT1 3 JY
Country
United Kingdom