Notice Information
Notice Title
Provision for Residual Waste Treatment Services, TENV20-065
Notice Description
Scope of the procurement Potential Providers will provide Facilities for managing the following categories of Council Collected Municipal Waste: - comingled compacted and un-compacted open skip waste from recycling centres, kerbside collected residual (black bin) waste, bulky waste, indiscriminate dumping, street cleaning (to include litter picks and litter bins, but not exclusively) and commercial waste collected or on behalf of the Authority and deposited at the nominated Collection Points. Potential Providers must be able to provide a service that allows for the following elements; for the provision of services for the possible haulage, storage, treatment and disposal materials from Local Authority Collected Residual Waste from transfer stations. This includes for the processing, diversion, recycling and onward distribution to the end markets of the materials collected in order to achieve a recycling rate for the input materials at a minimum of 15per cent by weight. A Landfill diversion rate for the input materials at a minimum of 70per cent by weight must be achieved. The treatment of this waste is intended to ensure that the Client meets its obligations under Domestic and European legislation including the Landfill Allowance Scheme (Northern Ireland) Regulations 2004. The Client anticipates that some 74,000 tonnes per annum of residual waste will require treatment for the duration of the contract. However, no tonnage is guaranteed. The Client envisages the use of processes such as mechanical biological treatment, anaerobic digestion and the production of refuse derived recovered fuel (RDF) for energy recovery at an R1 rated facility and acceptable technologies for the treatment of the Client's waste, to meet EWC code 20 03 01. The service also requires that Contract Waste undergo a treatment process that results in the Contract Waste being re-classified specifically to EWC codes 19-12-10 and 19-12-12 before shipment to the storage facility and a R1 facility. Potential Providers must provide a guarantee they have an R1 rated facility for the treatment of the contract waste for the duration of the contract. The named facility must be notified to the Councils, by producing a guarantee, which is to be provided by the R1 operator, on their company letterhead. The Contractor must inform and seek approval from Councils if the R1 provider identified at the commencement of the contract is to change. Contractors must be able to provide a service that allows for the following elements; for the provision of services for the possible haulage, storage, treatment and disposal materials from Local Authority Collected Residual Waste from transfer stations. This includes for the processing, diversion, recycling and onward distribution to the end markets of the materials collected in order to achieve a recycling rate for the input materials at a minimum of 15per cent by weight. Please refer to CfT documents for further information.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028b20
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000970-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Jan 20215 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CAUSEWAY COAST AND GLENS BOROUGH COUNCIL AND DERRY CITY AND STRABANE DISTRICT COUNCIL, ON BEHALF OF THE NORTH WEST REGION WASTE MANAGEMENT GROUP.
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- tenders@derrystrabane.com, tenders@derystrabane.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- DERRY
- Postcode
- BT48 7NN
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN0A Derry City and Strabane
- Delivery Location
- Not specified
-
- Local Authority
- Derry City and Strabane
- Electoral Ward
- Northland
- Westminster Constituency
- Foyle
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-028b20-2021-01-18T14:16:02Z",
"date": "2021-01-18T14:16:02Z",
"ocid": "ocds-h6vhtk-028b20",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-028b20",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision for Residual Waste Treatment Services, TENV20-065",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"description": "Scope of the procurement Potential Providers will provide Facilities for managing the following categories of Council Collected Municipal Waste: - comingled compacted and un-compacted open skip waste from recycling centres, kerbside collected residual (black bin) waste, bulky waste, indiscriminate dumping, street cleaning (to include litter picks and litter bins, but not exclusively) and commercial waste collected or on behalf of the Authority and deposited at the nominated Collection Points. Potential Providers must be able to provide a service that allows for the following elements; for the provision of services for the possible haulage, storage, treatment and disposal materials from Local Authority Collected Residual Waste from transfer stations. This includes for the processing, diversion, recycling and onward distribution to the end markets of the materials collected in order to achieve a recycling rate for the input materials at a minimum of 15per cent by weight. A Landfill diversion rate for the input materials at a minimum of 70per cent by weight must be achieved. The treatment of this waste is intended to ensure that the Client meets its obligations under Domestic and European legislation including the Landfill Allowance Scheme (Northern Ireland) Regulations 2004. The Client anticipates that some 74,000 tonnes per annum of residual waste will require treatment for the duration of the contract. However, no tonnage is guaranteed. The Client envisages the use of processes such as mechanical biological treatment, anaerobic digestion and the production of refuse derived recovered fuel (RDF) for energy recovery at an R1 rated facility and acceptable technologies for the treatment of the Client's waste, to meet EWC code 20 03 01. The service also requires that Contract Waste undergo a treatment process that results in the Contract Waste being re-classified specifically to EWC codes 19-12-10 and 19-12-12 before shipment to the storage facility and a R1 facility. Potential Providers must provide a guarantee they have an R1 rated facility for the treatment of the contract waste for the duration of the contract. The named facility must be notified to the Councils, by producing a guarantee, which is to be provided by the R1 operator, on their company letterhead. The Contractor must inform and seek approval from Councils if the R1 provider identified at the commencement of the contract is to change. Contractors must be able to provide a service that allows for the following elements; for the provision of services for the possible haulage, storage, treatment and disposal materials from Local Authority Collected Residual Waste from transfer stations. This includes for the processing, diversion, recycling and onward distribution to the end markets of the materials collected in order to achieve a recycling rate for the input materials at a minimum of 15per cent by weight. Please refer to CfT documents for further information.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-01-25T12:00:00Z"
},
"newValue": {
"date": "2021-02-05T12:00:00Z"
},
"where": {
"section": "IV.2.2)"
}
},
{
"oldValue": {
"date": "2021-06-24"
},
"newValue": {
"date": "2021-07-09"
},
"where": {
"section": "IV.2.6)"
}
},
{
"oldValue": {
"date": "2021-01-25T12:30:00Z"
},
"newValue": {
"date": "2021-02-05T12:30:00Z"
},
"where": {
"section": "IV.2.7)"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-2051",
"name": "Causeway Coast and Glens Borough Council and Derry City and Strabane District Council, on behalf of the North West Region Waste Management Group.",
"identifier": {
"legalName": "Causeway Coast and Glens Borough Council and Derry City and Strabane District Council, on behalf of the North West Region Waste Management Group."
},
"address": {
"streetAddress": "Council Offices, 98 Strand Road",
"locality": "Derry",
"region": "UK",
"postalCode": "BT48 7NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tenders@derrystrabane.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-560",
"name": "Causeway Coast and Glens Borough Council",
"identifier": {
"legalName": "Causeway Coast and Glens Borough Council"
},
"address": {
"streetAddress": "Civic Headquarters Cloonavin 66 Portstewart Road",
"locality": "Coleraine",
"region": "UK",
"postalCode": "BT52 1EY",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tenders@derystrabane.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-561",
"name": "Derry City and Strabane District Council",
"identifier": {
"legalName": "Derry City and Strabane District Council"
},
"address": {
"streetAddress": "Council Offices, 98 Strand Road",
"locality": "Derry",
"region": "UK",
"postalCode": "BT48 7NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tenders@derrystrabane.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps"
}
}
],
"buyer": {
"id": "GB-FTS-2051",
"name": "Causeway Coast and Glens Borough Council and Derry City and Strabane District Council, on behalf of the North West Region Waste Management Group."
},
"language": "en"
}