Opportunity

T ENV21-144 RESIDUAL WASTE TREATMENT SERVICES

  • Derry City and Strabane District Council
  • Derry City and Strabane District Council
  • Causeway Coast and Glens Borough Council

F02: Contract notice

Notice reference: 2021/S 000-028363

Published 12 November 2021, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

Derry City and Strabane District Council

Council Offices, 98 Strand Road

Derry

BT48 7NN

Email

tenders@derrystrabane.com

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.1) Name and addresses

Derry City and Strabane District Council

Council Offices, 98 Strand Road

Derry

BT48 7NN

Email

tenders@derrystrabane.com

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.1) Name and addresses

Causeway Coast and Glens Borough Council

Civic Headquarters Cloonavin 66 Portstewart Road

Coleraine

BT52 1EY

Email

tenders@derrystrabane.com

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 involves joint procurement

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 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://etendersni.gov.uk/epps

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

T ENV21-144 RESIDUAL WASTE TREATMENT SERVICES

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Derry City and Strabane District Council and Causeway Coast and Glens Borough Council each wish to procure a separate contract for the provision of residual waste treatment services . The Authorities each have a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a)(b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authorities are also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. This tender comprises 2 lots Lot 1: Derry City and Strabane District Council Lot 2: Causeway Coast and Glens Borough Council Each Lot concerns a contract for the collection, acceptance, treatment, processing, re-use, recovery, recycling and disposal of certain waste material collected by Derry City and Strabane District Council or on its behalf. This waste in question shall comprise of comingled compacted and un-compacted open skip waste from recycling centres, kerbside collected residual (black bin) waste, bulky waste, indiscriminate dumping, street cleaning (to include litter picks and litter bins, but not exclusively) and commercial waste collected or on behalf of the Council and deposited at its nominated collection points. In each Contract Year, the appointed Contractor shall ensure that it is able to collect, accept, treat, process, re-use, recover, recycle and/or dispose of up to: 44,000 tonnes of such waste from Derry City and Strabane District Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. 30,000 tonnes of such waste from Causeway Coast and Glens Borough Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. These Contracts will form an important part of each Council’s forward-looking strategy to manage waste in its area by reducing the amount of waste sent to landfill and increasing recycling rates. Appointed Contractors will be required to ensure that Contract Waste is recycled, reused, recovered and/or treated in recognition of the waste hierarchy before landfilled in order to maximise diversion. For the avoidance of doubt, one contract will be awarded by Derry City and Strabane District Council for Lot 1 described above and one contract will be awarded by Causeway Coast and Glens Borough Council for Lot 2 described above. Derry City and Strabane District Council shall have no liability in respect of the Competition for the Lot 2 Contract; Causeway Coast and Glens Borough Council shall have no liability in respect of the Competition for the Lot 1 Contract. Please refer to CfT document for further detail

two.1.5) Estimated total value

Value excluding VAT: £67,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 Derry City and Strabane District Council

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKN0A - Derry City and Strabane
  • UKN0C - Causeway Coast and Glens

two.2.4) Description of the procurement

Derry City and Strabane District Council and Causeway Coast and Glens Borough Council each wish to procure a separate contract for the provision of residual waste treatment services . The Authorities each have a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a)(b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authorities are also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. This tender comprises 2 lots Lot 1: Derry City and Strabane District Council Lot 2: Causeway Coast and Glens Borough Council Each Lot concerns a contract for the collection, acceptance, treatment, processing, re-use, recovery, recycling and disposal of certain waste material collected by Derry City and Strabane District Council or on its behalf. This waste in question shall comprise of comingled compacted and un-compacted open skip waste from recycling centres, kerbside collected residual (black bin) waste, bulky waste, indiscriminate dumping, street cleaning (to include litter picks and litter bins, but not exclusively) and commercial waste collected or on behalf of the Council and deposited at its nominated collection points. In each Contract Year, the appointed Contractor shall ensure that it is able to collect, accept, treat, process, re-use, recover, recycle and/or dispose of up to: 44,000 tonnes of such waste from Derry City and Strabane District Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. 30,000 tonnes of such waste from Causeway Coast and Glens Borough Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. These Contracts will form an important part of each Council’s forward-looking strategy to manage waste in its area by reducing the amount of waste sent to landfill and increasing recycling rates. Appointed Contractors will be required to ensure that Contract Waste is recycled, reused, recovered and/or treated in recognition of the waste hierarchy before landfilled in order to maximise diversion. For the avoidance of doubt, one contract will be awarded by Derry City and Strabane District Council for Lot 1 described above and one contract will be awarded by Causeway Coast and Glens Borough Council for Lot 2 described above. Derry City and Strabane District Council shall have no liability in respect of the Competition for the Lot 2 Contract; Causeway Coast and Glens Borough Council shall have no liability in respect of the Competition for the Lot 1 Contract. Please refer to CfT document for further detail

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: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Initial 5 yrs plus 2yrs plus 1yr plus 1yr plus 1yr

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) Description

two.2.1) Title

Lot 2 Causeway Coast and Glens Borough Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKN0A - Derry City and Strabane
  • UKN0C - Causeway Coast and Glens

two.2.4) Description of the procurement

Derry City and Strabane District Council and Causeway Coast and Glens Borough Council each wish to procure a separate contract for the provision of residual waste treatment services . The Authorities each have a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a)(b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authorities are also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. This tender comprises 2 lots Lot 1: Derry City and Strabane District Council Lot 2: Causeway Coast and Glens Borough Council Each Lot concerns a contract for the collection, acceptance, treatment, processing, re-use, recovery, recycling and disposal of certain waste material collected by Derry City and Strabane District Council or on its behalf. This waste in question shall comprise of comingled compacted and un-compacted open skip waste from recycling centres, kerbside collected residual (black bin) waste, bulky waste, indiscriminate dumping, street cleaning (to include litter picks and litter bins, but not exclusively) and commercial waste collected or on behalf of the Council and deposited at its nominated collection points. In each Contract Year, the appointed Contractor shall ensure that it is able to collect, accept, treat, process, re-use, recover, recycle and/or dispose of up to: 44,000 tonnes of such waste from Derry City and Strabane District Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. 30,000 tonnes of such waste from Causeway Coast and Glens Borough Council at its Principal Facilities, however there shall be no guaranteed minimum tonnage provided under the Contract. These Contracts will form an important part of each Council’s forward-looking strategy to manage waste in its area by reducing the amount of waste sent to landfill and increasing recycling rates. Appointed Contractors will be required to ensure that Contract Waste is recycled, reused, recovered and/or treated in recognition of the waste hierarchy before landfilled in order to maximise diversion. For the avoidance of doubt, one contract will be awarded by Derry City and Strabane District Council for Lot 1 described above and one contract will be awarded by Causeway Coast and Glens Borough Council for Lot 2 described above. Derry City and Strabane District Council shall have no liability in respect of the Competition for the Lot 2 Contract; Causeway Coast and Glens Borough Council shall have no liability in respect of the Competition for the Lot 1 Contract. Please refer to CfT document for further detail

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: £27,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

initial 5yrs plus 2yrs plus 1yr plus 1yr plus 1yr

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 219-539039

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 January 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

Tender must be valid until: 6 July 2022

four.2.7) Conditions for opening of tenders

Date

7 January 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Approx 10yrs subject to extensions

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Courts of Justice of Northern Ireland

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Courts of Justice of Northern Ireland

Belfast

Country

United Kingdom