Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 11th Apr 2024

Tender Details
Referenceocds-h6vhtk-0416c2
Common Procurement VocabularyRefuse disposal and treatment
Procurement MethodOpen procedure
Value£2,607,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 11th Apr 2024

Tender Details
Referenceocds-h6vhtk-0416c2
Common Procurement VocabularyRefuse disposal and treatment
Procurement MethodOpen procedure
Value£2,607,000

Section I: Contracting authority

I.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

The Cottage, 5 Greenmount Avenue

Ballymena

BT43 6DA

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

South Eastern Health and Social Care Trust

Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Western Health and Social Care Trust

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Fire and Rescue Services

1 Seymour Street

Lisburn

BT27 4SX

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Blood Transfusion Service

Lisburn Road

Belfast

BT9 7TS

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Collection and Recycling of Organic Waste [4907292]

II.1.2) Main CPV code

  • 90510000 - Refuse disposal and treatment

II.1.3) Type of contract

Services

II.1.4) Short description

Collection and Recycling of Organic Waste [4907292]

II.1.5) Estimated total value

Value excluding VAT: £2,607,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Lot 1 - Collection and Recycling of Organic Waste

Lot No

1

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90500000 - Refuse and waste related services
  • 77120000 - Composting services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Collection and Recycling of Organic Waste [4907292]

II.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £2,554,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Contract will be awarded for a duration of 60 months with the option of extending for any period(s) of up to and including 36 months. The Contract is subject to renewal dependent on Client requirements.

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

II.2.14) Additional information

The value in II.2.6 is the highest value in the following range 184 000 GBP to 2 554 000 GBP which has been calculated on the basis of a 60 month contract and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercise(s) during the contract period.

II.2) Description

II.2.1) Title

Lot 2 - Collection and Recycling of Segregated Packaged Waste

Lot No

2

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90500000 - Refuse and waste related services
  • 77120000 - Composting services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Collection and Recycling of Organic Waste [4907292]

II.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £53,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Contract will be awarded for a duration of 60 months with the option of extending for any period(s) of up to and including 36 months. The Contract is subject to renewal dependent on Client requirements.

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

II.2.14) Additional information

The value in II.2.6 is the highest value in the following range 4 000 GBP to 53 000 GBP which has been calculated on the basis of a 60 month contract and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercise(s) during the contract period.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033049

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

13 May 2024

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 29 November 2024

IV.2.7) Conditions for opening of tenders

Date

13 May 2024

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

In section I.2 it is stated that this is a joint procurement and Contract award is by a central purchasing body. This Contract is not a joint contract, it is a central purchasing body contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of Quality (Pass/Fail), Social Value 10% and Price 90% for each Section within each of the Lots, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. This tender contains 2 Lots with 6 Sections: Lot 1 contains 5 Sections, Lot 2 contains 1 Section. Tenderers can bid for either or both Lots. Within Lot 1, Tenderers can bid for one, more than one or all Sections. If submitting a bid for Lot 2, Tenderers must bid for Section 1. Tenderers who bid for more than one Section will have their bid per Section treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme SS20b (TEMMS). Each Section bid for must be bid for in its entirety otherwise the bid for that Section will fail and be rejected. Tenderers must submit a bid for all lines in the Section bid for, otherwise fail and elimination. Estimated value ranges are as follows: - . Lot 1 - Collection and Recycling of Organic Waste. Section 1 – Belfast Sector – 73 000 GBP to 1 015 000 GBP. Section 2 – Northern Sector – 26 000 GBP to 362 000 GBP. Section 3 – South Eastern Sector – 37 000 GBP to 519 000 GBP. Section 4 – Southern Sector – 33 000 GBP to 456 000 GBP. Section 5 – Western Sector – 15 000 GBP to 202 000 GBP. . Lot 2 - Collection and Recycling of Segregated Packaged Food Waste. Section 1 – Belfast Sector – 4 000 GBP to 53 000 GBP. These ranges show the potential values which have been calculated on the basis of a 60 month Contract with the option of extension period(s) of up to and including 36 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period. These ranges also include the potential values for a further period or periods, together totalling no more than 18 months in the circumstances described in Clause 2.3 of the Commercial Conditions of Contract for Services Contracts SS17ac. Under this Contract, the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.

VI.4) Procedures for review

VI.4.1) Review body

Business Services Organisation

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures Business Services Organisation, Procurement and Logistics Service (PaLS) will incorporate a standstill period at the point information on the award of the Contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 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 High Court England, Wales and Northern Ireland.