Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Kerbside collection and recycling service

  • First published: 10 February 2024
  • Last modified: 10 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0368cd
Published by:
Belfast City Council
Authority ID:
AA20440
Publication date:
10 February 2024
Deadline date:
11 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cps@belfastcity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.