Section one: Contracting authority
one.1) Name and addresses
arc21
Belfast Castle, Antrim Road
Belfast
BT15 5GR
Contact
mcardletarc21.org.uk
Telephone
+44 2890373000
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 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
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
Other activity
Waste Management
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of services for the Receipt, storage, bulking and transfer of Municipal Waste
Reference number
5102951
two.1.2) Main CPV code
- 90512000 - Refuse transport services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority invites tenders for the short term provision of services relating to the acceptance, storage and bulk transfer of mixed residual waste from the Lisburn and Castlereagh City Council area to a nominated delivery point in the Mallusk area of Northern Ireland. Due to the nature of the Councils requirements there is a geographical area within which point of deposit for the Council waste must fall (this is detailed in the contract documents). In the event that the Contract is extended it is likely that the delivery point will change and there is also the possibility but no guarantee, that other material streams may also be included within its scope. The appointed Contractor will also be responsible for collating and reporting data and reporting performance relevant to the Contract.
two.1.5) Estimated total value
Value excluding VAT: £1,718,425
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90511200 - Household-refuse collection services
- 90500000 - Refuse and waste related services
- 34144511 - Refuse-collection vehicles
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Authority invites tenders for the short term provision of services relating to the acceptance, storage and bulk transfer of mixed residual waste from the Lisburn and Castlereagh City Council area to a nominated delivery point in the Mallusk area of Northern Ireland. Due to the nature of the Councils requirements there is a geographical area within which point of deposit for the Council waste must fall (this is detailed in the contract documents). In the event that the Contract is extended it is likely that the delivery point will change and there is also the possibility but no guarantee, that other material streams may also be included within its scope. The appointed Contractor will also be responsible for collating and reporting data and reporting performance relevant to the Contract.
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: £1,718,425
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
15
This contract is subject to renewal
Yes
Description of renewals
The initial term of the contract is for 3 months. The Authority then has an option to extend the duration of the contract for up to a further 12 months, giving a potential total contract term of 15 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract is for 3 months. The Authority then has an option to extend the duration of the contract for up to a further 12 months, giving a potential total contract term of 15 months.
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 included in sections II.1.5 and II.2.6 is the estimated value of the contract if the full term of the contract including extension was utilised (15 months). This has been prepared on the basis that:. . 1. The current residual waste streams (being dealt with by the current haulage contractor) continue for the full 15 months (estimated volume 35,000 tonnes in total); . . 2. Some additional waste streams are added to the contract during the extended term of the contract (estimated volume 9275 tonnes in total);. . 3. For the first three months of the contract (the Initial Term), the current residual waste streams are to be hauled to the existing Nominated Treatment and/or Disposal Site(s); and. . 4. For the extended term, the Nominated Treatment and /or Disposal Site(s) (to which the contract waste is to be hauled) may change and the Authority has based its calculation of the value of the contract on the basis of the furthest away Nominated Treatment and/or Disposal Site(s) that the Authority believes may be utilised (which vary between waste streams).. . Tenderers should note that this estimate has been prepared at the current time, based on the Authority’s reasonable expectations, but that the quantities of waste, the precise location of the Nominated Treatment and/or Disposal Site(s), in addition to the timing of the introduction of any additional waste streams being included in the contract may vary. The value of the contract may therefore be greater than this estimate if larger volumes of waste are collected and/or greater volumes of additional waste streams (as envisaged by the contract) are included within the services.”.
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
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
Originally published as:
Date
15 January 2024
Local time
5:00pm
Changed to:
Date
22 January 2024
Local time
5:00pm
See the change notice.
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: 15 June 2024
four.2.7) Conditions for opening of tenders
Date
15 January 2024
Local time
5:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court, Royal Courts of Justice
Chichester Street
Belfast
BT15 5GR
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 Contracts Regulations 2015.. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of Northern Ireland.