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 Residual Waste.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

39 - 2013 Treatment of Residual Waste
For the attention of: Ciaran McLogan
BT34 2QU Newry
UNITED KINGDOM
Telephone: +44 2830313233
E-mail:
Fax: +44 2830313288

Internet address(es):

General address of the contracting authority: http://www.newryandmourne.gov.uk/procurement

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Down District Council
Downshire Civic Centre, Downshire Estate, Ardglass Road, County Down, Northern Ireland
BT30 6RA Downpatrick
UNITED KINGDOM

Banbridge District Council
Civic Building, Downshire Road, County Down, Northern Ireland
BT32 3JY Banbridge
UNITED KINGDOM

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 Residual Waste.
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

NUTS code UKN05,UKN

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)
Newry and Mourne District Council invite tenders from experienced and competent contractors for the provision of services of receiving, treatment and recovery / disposal of household kerbside residual and bulky waste materials. The Invitation to Tender is split into the following Lots:
Lot 1 - Collected Residual Waste and Household Recycling Centre Black Bag Residual Waste
Lot 2 - Household Recycling Centre Bulky Waste.
II.1.6)Common procurement vocabulary (CPV)

90500000, 90510000, 90513100, 90512000, 90514000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Estimated value excluding VAT: 12 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 - Collected Residual Waste and Household Recycling Centre Black Bag Residual Waste
1)Short description
Newry and Mourne District Council invite tenders from experienced and competent contractors for the provision of services of receiving, treatment and recovery / disposal of household kerbside residual and bulky waste materials. Lot 1 relates to Collected Residual Waste and Household Recycling Centre Black Bag Residual Waste.
This waste will be collected by the Council's vehicles from the public and the Council's Household Recycling Centres and delivered to the Contractor's Delivery Site for onward processing and treatment.
2)Common procurement vocabulary (CPV)

90500000, 90510000, 90513100, 90512000, 90514000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 - Household Recycling Centre Bulky Waste
1)Short description
Newry and Mourne District Council invite tenders from experienced and competent contractors for the provision of services of receiving, treatment and recovery / disposal of household kerbside residual and bulky waste materials. Lot 2 relates to Household Recycling Centre Bulky Waste. This waste will be collected by the Council's vehicles and delivered to the Contractor's Delivery Site for onward processing and treatment.
This waste will be deposited by members of the public at the Council's Household Recycling Centres and delivered by the Council's vehicles to the Contractor's Delivery Site for onward processing and treatment.
2)Common procurement vocabulary (CPV)

90500000, 90510000, 90513100, 90512000, 90514000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the invitation to tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the invitation to tender documents.
III.1.4)Other particular conditions
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: As set out in the invitation to tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the invitation to tender documents.
Minimum level(s) of standards possibly required: As set out in the invitation to tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the invitation to tender documents.
Minimum level(s) of standards possibly required:
As set out in the invitation to tender documents.
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

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
IV.3.4)Time limit for receipt of tenders or requests to participate
31.1.2014 - 14:00
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: 90 (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
VI.2)Information about European Union funds
VI.3)Additional information

The Invitation to Tender (ITT) documentation and applicable information and instructions can be downloaded at www.newryandmourne.gov.uk/procurement All relevant submissions to be received on or before Friday 31.1.2014 at 14.00 and uploaded via www.newryandmourne.gov.uk/procurement

Contract Duration is 10 years, but with a right for the Council to serve a minimum of 12 months' notice to terminate the contract any time after 4 years following the Service Commencement Date.
The GBP 12 500 000 estimated contract value is the estimated value over the initial 5 years of the contract (the minimum term in the event of the Council serving notice to terminate).
Due to the Review of Public Administration in Northern Ireland, the Council is likely to be merged with the neighbouring council of Down District Council. The new council is also currently planned to include a small part of the current administrative area of Banbridge District Council. In the event that this reorganisation of council boundaries takes place as planned during the Contract, waste collected within the current administrative boundaries of these additional councils may become included within the Contract. It is for this reason that these additional local authorities have been named in this notice.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals

Precise information on deadline(s) for lodging appeals: The Council will incorporate a minimum 10 calendar day standstill period when information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from email address:

If a dispute about the contract award has not been successfully resolved the Public Contracts Regulations 2006, as amended 2011, enables aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court. Any such action must be brought promptly. The purpose of the standstill referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.12.2013