By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Each of the following Councils is a Contracting Authority; Armagh City & District Council, Banbridge District Council, Cookstown District Council, Craigavon Borough Council, Dungannon & South Tyrone Borough Council, Fermanagh District Council, Newry & Mourne District Council and Omagh District Council
UKN0
C/O SWaMP2008, Omagh Enterprise Company Ltd, Great Northern Road, Co Tyrone
For the attention of: Jason Patterson
BT785LU Omagh
UNITED KINGDOM
Telephone: +44 2882249494
E-mail:

Internet address(es):

General address of the contracting authority: http://swamp2008.org.uk

Further information can be obtained from: SWaMP2008
Southern Waste Management Partnership (SWaMP2008), Omagh Enterprise Company Ltd, Great Northern Road, County Tyrone, Northern Ireland
Contact point(s): Jason Patterson
BT785LU Omagh
UNITED KINGDOM
Telephone: +44 2882249494
E-mail:
Internet address: http://swamp2008.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: SWaMP2008
Southern Waste Management Partnership (SWaMP2008), Omagh Enterprise Company Ltd, Great Northern Road, County Tyrone, Northern Ireland
Contact point(s): Jason Patterson
Omagh
UNITED KINGDOM
Telephone: +44 2882249494
E-mail:
Internet address: http://swamp2008.org.uk

Tenders or requests to participate must be sent to: Mr Graham Byrne
Chief Officer, SWaMP2008, Omagh Enterprise Company Ltd, Great Northern Road, County Tyrone, BT78 5LU
BT78 5LU Omagh
UNITED KINGDOM
Internet address: http://swamp2008.org.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UKN0

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Each of the Councils referred to in section I.1 above wishes to award a contract for the acceptance, treatment, recovery, recycling and disposal of residual municipal waste and other specified wastes collected by or on behalf of the Council. Each contract comprises a separate lot. Further information on each lot is provided below.
II.1.6)Common procurement vocabulary (CPV)

90500000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Each of the Councils referred to in section I.1 above wishes to award a contract for the acceptance, treatment, recovery, recycling and disposal of residual municipal waste and other specified wastes collected by or on behalf of the Council.
Each contract comprises a separate lot and is the subject of a separate competition:
SWaMP East
Lot 1 Armagh District Council 11,200 to 14,000 tonnes per annum
Lot 2 Banbridge District Council 8,960 to 11,200 tonnes per annum
Lot 3 Craigavon District Council 23,200 to 29,000 tonnes per annum
Lot 4 Newry & Mourne District Council 23,657 to 29,571 tonnes per annum
SWaMP West
Lot 5 Cookstown District Council 1,600 to 9,000 tonnes per annum
Lot 6 Dungannon & South Tyrone Borough Council 2,500 to 14,400 tonnes per annum
Lot 7 Fermanagh District Council 800 to 1,000 tonnes per annum
Lot 8 Omagh District Council 2,000 to 12,000 tonnes per annum
Economic Operators are invited to tender for one or more of these lots.
The above tonnages are annual estimates and are subject to the provisions of the contract, for contract duration please refer to section II.2.2 below.
II.2.2)Information about options
Options: yes
Description of these options: Each Contract(s) in the SWaMP2008 West Region (Cookstown District Council, Dungannon & South Tyrone Borough Council, Fermanagh District Council, and Omagh District Council) shall be for an initial period of 2 years, although those Authorities each reserve the right to extend their contract for up to two additional 2 year periods, giving a possible total contract duration of 6 years.
Each Contract(s) in the SWaMP2008 East Region (Armagh City & District Council, Banbridge District Council, Craigavon Borough Council, Newry & Mourne District Council) shall be for an initial period of 5 years, although those Authorities each reserve the right to extend their contract for an additional 2 year period followed by a further possible 2 year period and a further one year period after that, giving a possible total contract duration of 10 years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Armagh City & District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 5 years, although the Authority reserve the right to extend their contract for an additional 2 year period followed by a further possible 2 year period and a further one year period after that, giving a possible total contract duration of 10 years. Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 2 Lot title: Banbridge District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 5 years, although the Authority reserve the right to extend their contract for an additional 2 year period followed by a further possible 2 year period and a further one year period after that, giving a possible total contract duration of 10 years. Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 3 Lot title: Craigavon District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 5 years, although the Authority reserve the right to extend their contract for an additional 2 year period followed by a further possible 2 year period and a further one year period after that, giving a possible total contract duration of 10 years. Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 4 Lot title: Newry & Mourne District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 5 years, although the Authority reserve the right to extend their contract for an additional 2 year period followed by a further possible 2 year period and a further one year period after that, giving a possible total contract duration of 10 years. Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 5 Lot title: Cookstown District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 2 years, although the Authority each reserve the right to extend their contract for up to two additional 2 year periods, giving a possible total contract duration of 6 years.Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 6 Lot title: Dungannon & South Tyrone Borough Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 2 years, although the Authority each reserve the right to extend their contract for up to two additional 2 year periods, giving a possible total contract duration of 6 years.Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 7 Lot title: Fermanagh District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 2 years, although the Authority each reserve the right to extend their contract for up to two additional 2 year periods, giving a possible total contract duration of 6 years.Estimates of annual tonnages are set out in II.2.1 above.
Lot No: 8 Lot title: Omagh District Council
1)Short description
Contract for the Treatment of Local Authority Collected Residual Municipal Wastes and Other Specified Wastes.
2)Common procurement vocabulary (CPV)

90500000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This contract shall be for an initial period of 2 years, although the Authority each reserve the right to extend their contract for up to two additional 2 year periods, giving a possible total contract duration of 6 years.Estimates of annual tonnages are set out in II.2.1 above.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Each Contracting Authority reserves the right to require bonds, deposits, guarantees or other forms of appropriate forms of undertaking or security to secure proper performance of its contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details shall be provided in the Invitation to Tender documentation to be issued to those Economic Operators who express an interest in participating in the competition for any lot.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Each Contacting Authority reserves the right to require groups of economic operators to take a particular legal form upon contract award or to require that one party has primary liability or to require each party to be jointly and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further details shall be provided in the Invitation to Tender documentation to be issued to those Economic Operators who express an interest in participating in the competition for any lot. This documentation will include a copy of the proposed contract to be entered into by each Council. Contractors will be required, inter alia, to comply with all applicable fair employment, equality and anti-discrimination legislation in Northern Ireland. Other conditions must be satisfied prior to the award of any contract - these are also set out in the Invitation to Tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Economic Operators shall be assessed in accordance with Regulation 23 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18). Economic Operators shall also have to satisfy certain other minimum requirements as set out in the Invitation to Tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Economic Operators shall be assessed in respect of economic and financial ability in accordance with the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18). Further details of applicable minimum standards are set out in the Invitation to Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Economic Operators shall be assessed in respect of technical capacity in accordance with the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18). Further details of applicable minimum standards are set out in the Invitation to Tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Re Section I.1 above, please note that each of the Councils referred to therein or any lawful successor of any Council (including pursuant to any review of public administration in Northern Ireland) is a contracting authority.
- SWaMP2008 is a statutory joint committee which shall act as agent of the eight Councils in managing the procurement of the contracts for the Councils.
- Re II.2.1 above, these are estimated ranges only. The Contracting Authorities reserve the right to award contracts for a higher or lower amount.
- Re II.3 above, see section II.2.2.
- Re II.2.3 above, see section II.2.2 for each councils renewal options.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The High Court of Justice of Northern Ireland
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
E-mail:
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authorities will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers.
That notification will contain the information specified in Regulation 32 of the Public
Contracts Regulations 2006 (as amended). In accordance with Regulation 47, legal
proceedings must generally be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen, although a Court can extend the period for bringing
proceedings to up to 3 months (after the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) where the Court considers that there is a good reason for doing so. A longer limitation period of 6 months can apply to any claim for a declaration of ineffectiveness (although this can in certain circumstances, specified in the Public Contracts Regulations 2006, be reduced to 30 days). The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge an award decision before a contract is entered into. The Public Contracts Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Northern Ireland High Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.12.2013