Tender

Routine inspection, maintenance, and repairs of roll on/roll off containers and compactors

  • Belfast City Council

F02: Contract notice

Notice identifier: 2024/S 000-027747

Procurement identifier (OCID): ocds-h6vhtk-0496c1

Published 30 August 2024, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9-21 Adelaide Street

Belfast

BT2 8DJ

Email

cps@belfastcity.gov.uk

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.belfastcity.gov.uk

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

Routine inspection, maintenance, and repairs of roll on/roll off containers and compactors

Reference number

T2514

two.1.2) Main CPV code

  • 50530000 - Repair and maintenance services of machinery

two.1.3) Type of contract

Services

two.1.4) Short description

This ITT has been issued by the Council in connection with a competitive procurement being conducted in accordance with the Regulations.

The Council invites Tenders from suitably qualified and experienced economic operators ‘Bidders’ for the provision of routine inspection, maintenance, and repairs of roll on/roll off containers and compactors.

This ITT sets out the information which is 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 will also be assessed before any contract award is made.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

(i) Lot 1 – Inspection, Repair and Maintenance of Roll-on/Roll-off Containers

Lot No

1

two.2.2) Additional CPV code(s)

  • 50514000 - Repair and maintenance services of metal containers

two.2.3) Place of performance

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

Belfast City Council

two.2.4) Description of the procurement

There are currently in the region of 90 No. containers in use at the Premises. There are three types of container deployed by the Council as listed below:-

• 8 no 31 m3 tapered compaction containers (suitable for cardboard compaction)

• 58 no 27 m3 open top containers

• 24 no 27 m3 compactors

All containers have been recently inspected, fully serviced and maintained and should only require general preventative maintenance and occasional repairs as and when required. The minimum routine servicing schedule has been provided in the Specification. We are currently in the process of replacing approximately 70 skip containers which should only require greasing and minimal repair in the first few years.

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: £300,000

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 Contract shall be effective from the date of award of Contract for an initial period of 3 years years. The Council reserves the right to extend/renew the Contract up to a further 12 months. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -

• The inspection, maintenance and repair of other equipment or containers to support in-house operations.

• Supply similar specification compactors or containers for hire, if required

• Other similar services in the event of non or poor performance by another service provider.

• Additional Premises not listed in the Contract. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• 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;

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

two.2) Description

two.2.1) Title

Lot 2 - Inspection, Repair and Maintenance of Static Compactors

Lot No

2

two.2.2) Additional CPV code(s)

  • 50530000 - Repair and maintenance services of machinery

two.2.3) Place of performance

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

Belfast City Council

two.2.4) Description of the procurement

There are currently 23 Gradall compactors in use at the Premises, 3 G140s, 3 G120s and 17 G90s with the G90s due to be replaced over the next two years to Numac NS 60s, 80s and 100s.

All compactors have recently been inspected, fully serviced and all necessary repairs carried out and should only require general preventative maintenance and occasional repairs as and when required. The minimum routine servicing schedule has been provided in the Specification. This is just a guideline, the Contractor must ensure the necessary inspections and servicing is carried out so that all compactors are running safely and efficiently.

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: £50,000

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 Contract shall be effective from the date of award of Contract for an initial period of 3 years years. The Council reserves the right to extend/renew the Contract up to a further 12 months. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -

• The inspection, maintenance and repair of other equipment or containers to support in-house operations.

• Supply similar specification compactors or containers for hire, if required

• Other similar services in the event of non or poor performance by another service provider.

• Additional Premises not listed in the Contract. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• 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;

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.

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 stated in the 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 stated in the 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

30 September 2024

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

30 September 2024

Local time

12:30pm

Place

via esourcing NI


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

Belfast

Country

United Kingdom