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

Waste Management Services

  • First published: 02 July 2019
  • Last modified: 02 July 2019

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:
Published by:
Northern Ireland Electricity Ltd
Authority ID:
AA21364
Publication date:
02 July 2019
Deadline date:
05 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 involves relates to collection and disposal of hazardous waste from NIE Networks sites throughout all of Northern Ireland. The service requirements include:

Supply of appropriate size and number of containers (skips, bins, etc.) to adequately cater for the waste products generated at each location while ensuring they are labelled regarding their expected contents to maintain suitable segregation.

Supply of ad-hoc collections within 5 days for hazardous waste.

Ensuring agreed site dependent collection requirements are met with scheduled collections taking place at larger sites and on-demand collections at smaller sites. Please refer to appendix entitled, ‘NIE Networks Waste Management Collection of Waste Schedule’ for breakdown by site of NIE Networks’ proposed collection requirements.

Ensuring that all skip/bin areas are left in a tidy manner (i.e. collect anything that may fall out when containers are being emptied or may be lying loose in this area already).

Provision of all duty of care requirements, including fully completed waste transfer documentation, annual season tickets and notifications.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Northern Ireland Electricity Networks

120 Malone Road

Belfast

BT9 5HT

UK

Contact person: Anna McWhirter

E-mail: anna.mcwhirter@nienetworks.co.uk

NUTS: UKN

Internet address(es)

Main address: www.nienetworks.co.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


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


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Waste Management Services

Reference number: S1096 (2019)

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The successful service provider shall be required to:

— support the objectives of our ISO14001 certified EMS,

— provide an efficient, responsive, comprehensive and effective waste disposal service which is cost effective, based on operational and technical needs to ensure a clean and safe work environment,

— provide a waste management service that is compliant with all applicable Northern Ireland legislation,

— collect waste from NIE Networks which is designated controlled industrial waste or hazardous waste,

— controlled waste consists of site derived and office waste including untreated wood, plastics, a variety of packaging, general office waste, etc. Heavy-duty controlled waste would also include the above,

— hazardous waste is defined as dangerous or difficult to manage i.e. harmful, carcinogenic. irritant, etc.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Hazardous Waste throughout all of Northern Ireland

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Throughout NORTHERN IRELAND.

II.2.4) Description of the procurement

Lot 1 involves relates to collection and disposal of hazardous waste from NIE Networks sites throughout all of Northern Ireland. The service requirements include:

Supply of appropriate size and number of containers (skips, bins, etc.) to adequately cater for the waste products generated at each location while ensuring they are labelled regarding their expected contents to maintain suitable segregation.

Supply of ad-hoc collections within 5 days for hazardous waste.

Ensuring agreed site dependent collection requirements are met with scheduled collections taking place at larger sites and on-demand collections at smaller sites. Please refer to appendix entitled, ‘NIE Networks Waste Management Collection of Waste Schedule’ for breakdown by site of NIE Networks’ proposed collection requirements.

Ensuring that all skip/bin areas are left in a tidy manner (i.e. collect anything that may fall out when containers are being emptied or may be lying loose in this area already).

Provision of all duty of care requirements, including fully completed waste transfer documentation, annual season tickets and notifications.

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: 476 200.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 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

Lot No: 2

II.2.1) Title

Non Hazardous Eastern Region (Belfast, Bangor and Downpatrick Districts)

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

NI Eastern Region (Belfast, Bangor and Downpatrick Districts).

II.2.4) Description of the procurement

Lot 2 relates to collection and disposal of Non Hazardous waste from the Eastern Region of NI (Belfast, Bangor and Downpatrick Districts). The service requirements include:

Supply of appropriate size and number of containers (skips, bins, etc.) to adequately cater for the waste products generated at each location while ensuring they are labelled regarding their expected contents to maintain suitable segregation.

Supply of ad-hoc collections within 2 days for non-hazardous waste.

Ensuring agreed site dependent collection requirements are met with scheduled collections taking place at larger sites and on-demand collections at smaller sites. Please refer to appendix entitled, ‘NIE Networks Waste Management Collection of Waste Schedule’ for breakdown by site of NIE Networks’ proposed collection requirements

Ensuring that all skip/bin areas are left in a tidy manner (i.e. collect anything that may fall out when containers are being emptied or may be lying loose in this area already).

Provision of all duty of care requirements, including fully completed waste transfer documentation, annual season tickets and notifications.

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: 214 240.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 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

Lot No: 3

II.2.1) Title

Non Hazardous North Region (Ballyclare, Ballymena, Coleraine and Campsie Districts).

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

NI North Region (Ballyclare, Ballymena, Coleraine and Campsie Districts).

II.2.4) Description of the procurement

Lot 3 relates to the collection and disposal of non hazardous waste in North Region of NI (Ballyclare, Ballymena, Coleraine and Campsie Districts). The service requirements include:

Supply of appropriate size and number of containers (skips, bins, etc.) to adequately cater for the waste products generated at each location while ensuring they are labelled regarding their expected contents to maintain suitable segregation.

Supply of ad-hoc collections within 2 days for non-hazardous waste

Ensuring agreed site dependent collection requirements are met with scheduled collections taking place at larger sites and on-demand collections at smaller sites. Please refer to appendix entitled, ‘NIE Networks Waste Management Collection of Waste Schedule’ for breakdown by site of NIE Networks’ proposed collection requirements.

Ensuring that all skip/bin areas are left in a tidy manner (i.e. collect anything that may fall out when containers are being emptied or may be lying loose in this area already).

Provision of all duty of care requirements, including fully completed waste transfer documentation, annual season tickets and notifications.

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: 170 120.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 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

Lot No: 4

II.2.1) Title

Non Hazardous South and West Region (Newry, Craigavon, Dungannon, Omagh and Enniskillen Districts)

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

NI South and West Region (Newry, Craigavon, Dungannon, Omagh and Enniskillen Districts).

II.2.4) Description of the procurement

Lot 4 relates to the collection and disposal of supply of non hazardous waste in the South and West Region of NI(Newry, Craigavon, Dungannon, Omagh and Enniskillen Districts). The service requirements include:

Supply of appropriate size and number of containers (skips, bins, etc.) to adequately cater for the waste products generated at each location while ensuring they are labelled regarding their expected contents to maintain suitable segregation.

Supply of ad-hoc collections within 2 days for non-hazardous waste.

Ensuring agreed site dependent collection requirements are met with scheduled collections taking place at larger sites and on-demand collections at smaller sites. Please refer to appendix entitled, ‘NIE Networks Waste Management Collection of Waste Schedule’ for breakdown by site of NIE Networks’ proposed collection requirements.

Ensuring that all skip/bin areas are left in a tidy manner (i.e. collect anything that may fall out when containers are being emptied or may be lying loose in this area already).

Provision of all duty of care requirements, including fully completed waste transfer documentation, annual season tickets and notifications.

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: 253 300.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework Agreement will be for a period of 5 years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to 3 years, with a total potential duration of 8 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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

All economic operators must hold a valid waste carrier's licence.

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

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 05/08/2019

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

UK

Internet address(es)

URL: www.nienetworks.co.uk

VI.4.4) Service from which information about the review procedure may be obtained

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JY

UK

VI.5) Date of dispatch of this notice

27/06/2019

Coding

Commodity categories

ID Title Parent category
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:
anna.mcwhirter@nienetworks.co.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.