09/2011 - transportation of leachate mainly from 2 landfill sites in County Down, N.Ireland

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Newry and Mourne District Council
Greenbank Industrial Estate
Contact: http://www.newryandmourne.gov.uk/Procurement
Attn: David Barter
BT34 2QU Newry
UNITED KINGDOM
Tel. +44 2830313233
E-mail:
Fax +44 2830313288

Internet address(es)

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

Address of the buyer profile http://www.newryandmourne.gov.uk/Procurement

Further information can be obtained at: Newry and Mourne District Council
Greenbank Industrial Estate
Contact: Only through Online Portal at URL below:
Attn: Only through Online Portal at www.newryandmourne.gov.ukprocurement
BT34 2QU Newry
UNITED KINGDOM
Internet: www.newryandmourne.gov.ukprocurement

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Newry and Mourne District Council
Greenbank Industrial Estate
Contact: Only through Online Portal at URL below:
Attn: Only through Online Portal at www.newryandmourne.gov.ukprocurement
BT34 2QU Newry
UNITED KINGDOM
Internet: www.newryandmourne.gov.ukprocurement

Tenders or requests to participate must be sent to: Newry and Mourne District Council
Greenbank Industrial Estate
Contact: Only through Online Portal at URL below:
Attn: Only through Online Portal at www.newryandmourne.gov.ukprocurement
BT34 2QU Newry
UNITED KINGDOM
Internet: www.newryandmourne.gov.ukprocurement

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
General public services
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
09/2011 - transportation of leachate mainly from 2 landfill sites in County Down, N.Ireland
II.1.2)Type of contract and location of works, place of delivery or of performance
Services

NUTS code UKN03

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Tenders are invited from contractors to provide leachate tankering services from the following sites by lots:
1. Aughnagun landfill site, Chapel Hill Road, Mayobridge, Newry, Co Down, BT34 2EX, UNITED KINGDOM to approved waste water treatment works/sewage works on behalf of Newry and Mourne District Council.
2. Drumanakelly landfill site, 81 Demense Road, Seaforde, Co. Down BT24 8NS,, UNITED KINGDOM to approved waste water treatment works/sewage works on behalf of Down District Council.
Other smaller sites may also make use of this service, if required, but will be considerably less and comparatively infrequent.
II.1.6)Common procurement vocabulary (CPV)

90000000, 90500000, 90510000, 90513700

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
It is anticipated that approximately 225 tonnes of leachate in 5 loads shall be required to be transported daily (Monday - Friday) as detailed to:
1. Newry waste water treatment works - 1 load per day from Aughnagun landfill site.
2. Belfast waste water treatment works (Duncrue Street) - 8 load per day from 2 sites identified by the 2 lots.
There is also a provisional requirement, depending on leachate generation and treatment works availability of 2 extra loads per day from Aughnagun landfill site.
Other sites, if required, will be considerably less and comparatively infrequent.
II.2.2)Options
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Newry & Mourne District Council requirement: Aughnagun landfill site.
1)SHORT DESCRIPTION
Contractors to provide leachate tankering services from Aughnagun landfill site, Chapel Hill Road, Mayobridge, Newry, Co Down, BT34 2EX, UNITED KINGDOM to approved waste water treatment works/sewage works on behalf of Newry and Mourne District Council.
2)COMMON PROCUREMENT VOCABULARY (CPV)

90000000, 90500000, 90510000, 90513700

3)QUANTITY OR SCOPE
It is anticipated that approximately 125 tonnes of leachate in 5 loads shall be required to be transported daily (Monday - Friday) as detailed to:
1. Newry Waste Water Treatment Works - 1 load per day.
2. Belfast waste water treatment works (Duncrue Street) - 4 load per day.
A provisional amount, to tanker a further 50 tonnes of leachate per day (2 tankers) to Belfast waste water treatment works, depending on leachate generation or treatment works capabilities.
Leachate shall be transported in tankers of capacity 5 000-6 000 gallons. All tankers to be used in the contract must be in good roadworthy condition and fully compliant with all relevant road haulage legislation. Should the tenderer choose to use a different size of tanker, they must demonstrate how they can achieve the quantity of leachate to be transported within the resources they plan to use on the project.
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
Tenderers must provide with their tender a copy of their certificate of registration under the controlled waste [registration of carriers and seizure of vehicles] Regulations [NI] 1999, or equivalent, failure to do so will result in your tender not being considered.
LOT NO: 2 TITLE Down District Requirement: Drumanakelly Landfill Site.
1)SHORT DESCRIPTION
Contractors to provide leachate tankering services from Drumanakelly Landfill Site, 81 Demense Road, Seaforde, Co. Down BT24 8NS, UNITED KINGDOM, to approved waste water treatment works/sewage works on behalf of Down District Council.
2)COMMON PROCUREMENT VOCABULARY (CPV)

90000000, 90500000, 90510000, 90513700

3)QUANTITY OR SCOPE
It is anticipated that 100 tonnes of leachate in 4 loads shall be required to be transported daily (Monday to Friday) as detailed to Belfast waste water treatment works (Duncrue Street).
Leachate shall be transported in tankers of capacity 5 000-6 000 gallons. All tankers to be used in the contract must be in good roadworthy condition and fully compliant with all relevant road haulage legislation. Should the tenderer choose to use a different size of tanker, they must demonstrate how they can achieve the quantity of leachate to be transported within the resources they plan to use on the project.
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
Tenderers must provide with their tender a copy of their certificate of registration under the controlled waste [registration of carriers and seizure of vehicles] Regulations [NI] 1999, or equivalent, failure to do so will result in your tender not being considered.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
III.1.4)Other particular conditions to which the performance of the contract is subject
No
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 requirements are met: (a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the Contracting Authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the Contracting Authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the directive on the criteria for qualitative selection;
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As required in the specification.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
As required in the specification.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
No
III.3.2)Legal entities 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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
09/2011 - TRANSPORTATION OF LEACHATE from LANDFILL SITES
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
22.7.2011 - 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 days 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
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 of 10 calendar day standstill period [a Regulation 32 (1) notice (Public Contract Regulations 2006)] when information on the award of the contract is communicated to tenderers. This period allows all tenderers to seek further debriefing from the Council before the contract is entered into. Applicants have 2 working days from notice of the award decision to ask for additional debriefing and information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from email address:

If a dispute about contract award has not been successfully resolved the Public Contract Regulations 2006 allow aggrieved parties who have been harmed or are at risk of being harm by a breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months). The purpose of the standstill period 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:
10.6.2011