Construction Tenders

Mon July 15 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd May 2024

Tender Details
Referenceocds-h6vhtk-046a21
Common Procurement VocabularyRefuse recycling services
Procurement MethodOpen procedure
Value£4,000,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd May 2024

Tender Details
Referenceocds-h6vhtk-046a21
Common Procurement VocabularyRefuse recycling services
Procurement MethodOpen procedure
Value£4,000,000

Section I: Contracting authority

I.1) Name and addresses

Mid and East Antrim Borough Council

Ardeevin, 80 Galmorgan Road

Ballymena

BT42 1AB

Contact

Procurement Team

Email

procurement [at] midandeastantrim.gov.uk

Telephone

+44 2825660393

Country

United Kingdom

NUTS code

UKN0F - Mid and East Antrim

Internet address(es)

Main address

https://www.midandeastantrim.gov.uk

I.3) Communication

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

https://e-sourcingni.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://e-sourcingni.bravosolution.co.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

KERBSIDE MULTIMATERIAL COLLECTION AND RECYCLING SERVICE

Reference number

T585

II.1.2) Main CPV code

  • 90514000 - Refuse recycling services

II.1.3) Type of contract

Services

II.1.4) Short description

the employer invites Tenderers to provide the

service for the kerbside collection and treatment services for recyclable materials.

The Tenderer will provide a comprehensive collection, treatment, and onward sale

arrangements for a range of dry recyclable materials, which must include as a

minimum at the commencement of the contract: paper; cardboard; metal tins and

cans; plastic bottles, tubs, trays and pots; textiles; tetrapak®; glass bottles and jars

and aluminium foil. The contract is for approximately 46,640 dwellings in the

Ballymena and Carrickfergus areas.

II.1.5) Estimated total value

Value excluding VAT: £4,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKN0F - Mid and East Antrim

II.2.4) Description of the procurement

Under the terms of the contract, the employer invites Tenderers to provide the

service for the kerbside collection and treatment services for recyclable materials.

The Tenderer will provide a comprehensive collection, treatment, and onward sale

arrangements for a range of dry recyclable materials, which must include as a

minimum at the commencement of the contract: paper; cardboard; metal tins and

cans; plastic bottles, tubs, trays and pots; textiles; tetrapak®; glass bottles and jars

and aluminium foil. The contract is for approximately 46,640 dwellings in the

Ballymena and Carrickfergus areas.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

the contract period for these services shall run from the 1st of November 2024 to 31st of October 2025.

The Council reserves the right to extend the Contract up to a further 12-month period. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

A formal contract performance review will take place prior to th

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, suppliers will be assessed in accordance with the Public Regulations 2015, on the basis of the information provided in response to the Pre-qualification Documents (which sets out the conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Contract performance conditions are set out in the procurement documents


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

Date

19 June 2024

Local time

12:00pm

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: 12 February 2025

IV.2.7) Conditions for opening of tenders

Date

26 June 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Tenderers must be registered on MEABC's e-procurement system https://e-sourcingni.bravosolution.co.uk to participate in this procurement and respond to the Procurement Documents.

Submissions are to be submitted online via the secure portal for e-Sourcing NI and if you have any technical questions relating to the portal, please contact the Bravo Solution Supplier Helpdesk on 0800 069 8630 (Monday to Friday 9am to 6pm). Or e-mail help [at] bravosolution.co.uk.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of Northern Ireland.