Non-Hazardous Waste Management Services Northern Ireland
Provide Non-Hazardous Waste Management Services for The Northern Ireland Public Sector.
United Kingdom-Belfast: Non-hazardous refuse and waste treatment and disposal services
2017/S 168-345675
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Contact person: Collaboration.CPDfinance-ni.gov.uk
E-mail: Collaboration.CPD@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Non-Hazardous Waste Management Services for The Northern Ireland Public Sector (ID 1078399).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Central Procurement Directorate (CPD), on behalf of the participating bodies listed in Page 2 of the Supplementary Standard Conditions of Contract for Services document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each Premise are provided within Annex A Building Data Waste Management Services. The contract is structured across 3 Lots each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
To service buildings within Northern Ireland. Lot 1 covers Antrim and Newtownabbey Mid and East Antrim, Belfast. Newry, Mourne and Down, North Down and Ards, Lisburn Castlereagh Stormont Estate.
II.2.4)Description of the procurement:
Central Procurement Directorate (CPD), on behalf of the participating bodies listed in Page 2 of the Supplementary Standard Conditions of Contract for Services document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each Premise are provided within Annex A Building Data Waste Management Services. The contract is structured across 3 Lots each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Contract Period is 4 Years with options for 2 Years + 1 Year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Estimated Value:. The figure indicated in II.1.5) represents the upper limit of an estimated contract value which ranges from (10 000 000 to 18 000 000 GBP). This range reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future operational requirements.
II.2.1)Title:
Lot 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
To service buildings within the following regions in Northern Ireland. Lot 2 covers – Causeway Coast and Glens. Derry and Strabane.
II.2.4)Description of the procurement:
Central Procurement Directorate (CPD), on behalf of the participating bodies listed in Page 2 of the Supplementary Standard Conditions of Contract for Services document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each Premise are provided within Annex A Building Data Waste Management Services. The contract is structured across 3 Lots each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Contract Period is 4 Years with options for 2 Years + 1 Year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Estimated Value: The figure indicated in The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition. In addition, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract.
II.2.1)Title:
Lot 3
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
To service buildings within the following regions in Northern Ireland. Lot 3 covers. Armagh, Banbridge and Craigavon. Fermanagh and Omagh. Mid Ulster.
II.2.4)Description of the procurement:
Central Procurement Directorate (CPD), on behalf of the participating bodies listed in Page 2 of the Supplementary Standard Conditions of Contract for Services document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each Premise are provided within Annex A Building Data Waste Management Services. The contract is structured across 3 Lots each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Contract Period is 4 Years with options for 2 Years + 1 Year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
The Authority expressly reserves the rights. (I). Not to award any contract as a result of the procurement process commenced by publication of this notice (II). To make whatever changes it may see fit to the content and structure of the tendering Competition (III). To award (a) contract(s) in respect of any part(s) of the (services) covered by this notice; and. (IV). To award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Only CPD Procurement Staff with access to the project on eTendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
This contract is for a period of 7 years. If awarded the replacement contract will be advertised January 2024.
VI.3)Additional information:
Contract monitoring — The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate. Participating Bodies List. Government departments The Executive Office. Department of Agriculture, Environment and Rural Affairs. Department for Communities. Department of Education. Department for the Economy. Department of Finance. Department for Infrastructure. Department of Health. Department of Justice. Public Prosecution Service for NI. Driver and Vehicle Agency Forensic Science Northern Ireland. Forest Service. Land and Property Services Legal Services Agency Northern Ireland. Northern Ireland Courts and Tribunals Service. Northern Ireland Environment Agency NI Prison Service. Northern Ireland Statistics and Research Agency. Rivers Agency. Social Security Agency). Youth Justice Agency. Agri-Food and Biosciences Institute). Agri-Food Strategy Board. Agricultural Wages Board for NI. Armagh Planetarium. Belfast Metropolitan College. Boundary Commission for NI. Charity Commission for Northern Ireland. Chief Inspector of Criminal Justice. Comhairle na Gaelscolaiochta. Commissioner for Children and Young People for Northern Ireland. Consumer Council for Northern Ireland. Council for Catholic Maintained Schools. Council for the Curriculum, Examinations and Assessment. Council for Nature Conservation and the Countryside. Criminal Justice Inspectorate. Education Authority for Northern Ireland. Education Training Inspectorate General Teaching Council for Northern Ireland Health and Safety Executive for Northern Ireland. Historic Buildings Council. Historic Monuments Council. Independent Assessor of Police Service of Northern Ireland Recruitment Vetting. Independent Monitoring Board Invest Northern Ireland. Labour Relations Agency. Lay Observer for Northern Ireland Corporate Services. Loughs Agency National Museums Northern Ireland North West Regional College. NI Assembly. Northern Ireland Audit NI Central Investment Fund for Charities. Northern Ireland Certification Officer for Trade Unions and Employer Associations. NI Civil Service Pension Board Northern Ireland Drainage Council. Northern Ireland Housing Executive Northern Ireland Library Authority. Northern Ireland Museums Council. Northern Ireland Office. Northern Ireland Policing Fund. NI Practice and Education Council. Northern Ireland Prisoner Ombudsman. NI Tourist Board. Northern Ireland Water Northern Regional College. North/South language Body (Consisting of Fornas na Gaeilge and Ulster-Scots Agency). Office of the Social Fund Commissioner. Police Ombudsman Northern Ireland. Police Retraining and Rehabilitation Trust. Probation Board Northern Ireland RHI Enquiry RUC George Cross Foundation. South Eastern Regional College South West College Southern Regional College. Sport NI Statistics Advisory Committee Stranmillis University College. Strategic Investment Board The Charity Commission for Northern Ireland Translink.
VI.4.1)Review body
Belfast
United Kingdom
VI.4.2)Body responsible for mediation procedures
Belfast
United Kingdom
VI.4.3)Review procedure
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e.. a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
National Framework for Waste and Recycling Collection and Disposal
Contract for ICT Disposal Services
Waste Collection and Disposal Service for Welsh Ambulance Services