Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Armagh City Banbridge and Craigavon Borough Council
Craigavon Civic and Conference Centre, PO Box 66, Lakeview Road
Craigavon
BT64 1AL
UK
E-mail: zoe.vennard@armaghbanbridgecraigavon.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Transportation of Waste from Recycling Centres and other Council Sites
Reference number: CfT_2252229
II.1.2) Main CPV code
90512000
II.1.3) Type of contract
Services
II.1.4) Short description
This tender is for the transportation of waste from Recycling Centres and other Council sites to specified locations for reprocessing/disposal on behalf of Armagh City, Banbridge and Craigavon Borough Council. The initial contract period will be 2 years with the option to extend for a further 12 months.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90512000
II.2.3) Place of performance
NUTS code:
UKN07
II.2.4) Description of the procurement
This tender is for the transportation of waste from Recycling Centres and other Council sites to specified locations for reprocessing/disposal on behalf of Armagh City, Banbridge and Craigavon Borough Council. The initial contract period will be 2 years with the option to extend for a further 12 months.
II.2.5) Award criteria
Criteria below:
Quality criterion: Proposed services
/ Weighting: 15
Quality criterion: Recording/reporting of contract waste/communications and complaint handling
/ Weighting: 5
Quality criterion: Contingency arrangements
/ Weighting: 10
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for 1 x 12 month period.
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:
No
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.1.2) 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/07/2019
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
Tender must be valid until:
03/10/2019
IV.2.7) Conditions for opening of tenders
Date:
05/07/2019
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
Royal Courts of Justice
Belfast
UK
VI.5) Date of dispatch of this notice
04/06/2019