Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Belfast City Council
9 Adelaide Street
Belfast
BT2 8DJ
UK
E-mail: cps@belfastcity.gov.uk
NUTS: UKN06
Internet address(es)
Main address: https://www.belfastcity.gov.uk/
Address of the buyer profile: https://www.belfastcity.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to the abovementioned 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/web/login.shtml
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Kerbside collection and recycling service
Reference number: T2343
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
This Tender 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, licenced and experienced economic operators ‘Bidders’ for the collection of food waste and the kerbside-sorted collection, treatment and onward sale of dry recyclables, for approximately 58,000 households in the inner city, including an estimated 10,000 apartments.
The Tender 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.
II.1.5) Estimated total value
Value excluding VAT:
19 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90513000
II.2.3) Place of performance
NUTS code:
UKN06
Main site or place of performance:
Belfast
II.2.4) Description of the procurement
The Service is for the kerbside collection and treatment services for recyclable materials.
The Contractor will provide a collection service for Type 2 Waste, which will be delivered to the Council’s nominated treatment facility, currently Natural World Products (Belfast). They will also provide a comprehensive collection, treatment and onward sale arrangements for a range of dry recyclable materials, which must include as a minimum at the commencement of the contract: paper; cardboard; metal tins and cans; plastic bottles, tubs, trays and pots; textiles; tetrapak®; glass bottles and jars and aluminium foil.
The Contract is initially for approximately 58,000 dwellings in the inner city (including an estimated 10,000 apartments), although this may vary over time and may extend to other parts of the city which are deemed suitable.
The Service will commence on 1st August 2024 ‘Service Commencement Date’ with a intended roll out of wheelie boxes and 180 litre residual bins to be phased into the Contract Area during Contract Years 2 and 3.
The Contract will be monitored to ensure that high quality services are provided and targets are achieved at all times.
The Council shall be responsible for promoting the service, educating customers and acting as first point of contact for Customer requests and complaints. The Council will administer all complaints and requests for service and liaise with the Contractor regarding resolution.
1.3.7 The Contractor is expected to provide all reasonable information to the Council, in relation to contamination and participation, in order to inform engagement and communication activities and maximise the quality and volume of materials captured.
The Contract will operate an equal revenue sharing scheme in relation to the sale of the dry recyclables.
Any changes to the Service, whether requested by the Council or the Contractor, will be negotiated and agreed via the Authorised Officer.
The Council wishes to ensure a high level of co-operation with the Contractor in order to jointly deliver the most effective Service possible.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
19 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The proposed contract will continue for an initial period of 5 years.
There is an option for extension up to a further 2 years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Any values stipulated in this notice are not guaranteed.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-025942
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
11/03/2024
Local time: 12:30
Place:
via eSourcing NI
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
UK
E-mail: office@courtsni.gov.uk
VI.4.2) Body responsible for mediation procedures
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
UK
E-mail: office@courtsni.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention of Belfast City Council and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 (as amended). Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015 (as amended). In accordance with such regulations, Belfast City Council will also incorporate a minimum 10 calendar day standstill period from the point information on award of contract is communicated to Bidders.
VI.4.4) Service from which information about the review procedure may be obtained
Belfast City Council
9 Adelaide Street
Belfast
BT1 8DJ
UK
VI.5) Date of dispatch of this notice
09/02/2024