Tender

Collection and Recycling of Food Waste [3931374]

  • Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
  • Belfast Health and Social Care Trust
  • Northern Health and Social Care Trust
  • South Eastern Health and Social Care Trust
  • Southern Health and Social Care Trust
Show 3 more buyers Show fewer buyers
  • Western Health and Social Care Trust
  • NI Fire and Rescue Services
  • NI Patient Client Council

F02: Contract notice

Notice identifier: 2022/S 000-033359

Procurement identifier (OCID): ocds-h6vhtk-0320b6

Published 24 November 2022, 12:16pm



Section one: Contracting authority

one.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

The Cottage, 5 Greenmount Avenue

Ballymena

BT43 6DA

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

South Eastern Health and Social Care Trust

Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

Western Health and Social Care Trust

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

NI Fire and Rescue Services

1 Seymour Street

Lisburn

BT27 4SX

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

NI Patient Client Council

1st Floor, Ormeau Baths 18 Ormeau Avenue

Belfast

BT2 8HS

Email

sourcing.palsballymena@hscni.net

Country

United Kingdom

Region 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

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 to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Collection and Recycling of Food Waste [3931374]

two.1.2) Main CPV code

  • 90510000 - Refuse disposal and treatment

two.1.3) Type of contract

Services

two.1.4) Short description

Collection and Recycling of Food Waste [3931374]

two.1.5) Estimated total value

Value excluding VAT: £22,200,000

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
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90500000 - Refuse and waste related services
  • 90511000 - Refuse collection services
  • 77120000 - Composting services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Collection and Recycling of Food Waste [3931374]

two.2.5) Award criteria

Quality criterion - Name: Bin Washing Scheduling / Weighting: 10

Quality criterion - Name: Social Value Considerations / Weighting: 10

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £22,200,000

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

The contract will be awarded for a duration of 60 months with the option of extending for any period(s) of up to and including 48 months. The contract is subject to renewal dependent on client requirements.

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 value on II.2.6 is the highest value in the following range 270 000 GBP to 22 200 000 GBP which has been calculated on the basis of a 60 month contract and a maximum extension period(s) of up to and including 48 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercise(s) during the contract period.


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: 2022/S 000-006684

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

Date

10 January 2023

Local time

3:00pm

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: 29 July 2023

four.2.7) Conditions for opening of tenders

Date

10 January 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

In section I.2 it is stated that this is a joint procurement and contract award is by a central purchasing body. This contract is not a joint contract, it is a central purchasing body contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of the Price 80% and Quality 20% for each Section, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 20% for Quality is 2 questions and details of the quality split and the evaluation process incorporating Price, Quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). This Tender contains one Lot with 6 Sections. Tenderers can bid for one, more than one or all of the Sections. Tenderers who bid for more than one Section will have their bid for each Section treated and evaluated as a separate bid and award will be made per Section as detailed within the TEMMS. Estimated value ranges are as follows:-. Section 1 – Segregated Food Waste – Belfast Sector – 102 000 GBP to 8 065 000 GBP. Section 2 – Segregated Food Waste – Northern Sector – 37 000 GBP to 3 085 000 GBP. Section 3 – Segregated Food Waste – South Eastern Sector – 49 000 GBP to 4 115 000 GBP. Section 4 – Segregated Food Waste – Southern Sector – 49 000 GBP to 4 115 000 GBP. Section 5 – Segregated Food Waste – Western Sector – 28 000 GBP to 2 350 000 GBP. Section 6 – Segregated Packaged Food Waste – BHSCT Sector – 6 000 GBP to 470 000 GBP. These ranges show the potential values which have been calculated on the basis of a 60 month Contract with the option of extension period(s) of up to and including 48 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period. Under this Contract the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Business Services Organisation, Procurement and Logistics Service (PaLS) will incorporate a standstill period at the point information on the award of the Contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court England, Wales and Northern Ireland.