ID 3430459 - NON-HAZARDOUS WASTE MANAGEMENT SERVICES FOR THE NORTHERN IRELAND PUBLIC SECTOR

Complete

Value

£12,000,000

Classifications

  • Sewage, refuse, cleaning and environmental services
  • Refuse and waste related services
  • Environmental services
  • Refuse disposal and treatment
  • Urban solid-refuse collection services
  • Refuse transport services
  • Non-hazardous refuse and waste treatment and disposal services
  • Refuse incineration services
  • Urban solid-refuse disposal services
  • Treatment and disposal of foul liquids
  • Refuse recycling services

Tags

  • tender

Submission Deadline

3 years ago

Published

4 years ago

Description

Construction and Procurement Delivery (CPD), on behalf of the participating bodies listed in Annex I of the Specification document (hereafter referred to as the Client) is seeking to establish a Contract for the provision of Non-Hazardous Waste Management Services at locations throughout Northern Ireland. Further details of specific requirements at each location are provided within Annex A Building Data. The contract is structured across 4 Lots and each Lot will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

A Work in default below threshold Framework Agreement

This procurement is reserved for organisations that are based, and have been operational for at least 12 months, within the North West (M62 corridor) to enable as little travel time and "carbon Footprint" as possible. Bids from organisations based outside the Northwest Region of England will not be considered. • Works in Default are required when Authorised Officers serve notices on Owners or Occupiers under the following legislation o Environmental Protection Act 1990 o Highways Act 1980 o Prevention of Damage by Pests Act 1949 o The Public Health Act 1936 o The Building Act 1984, and o The Public Health Act 1961 o Anti-Social Behaviour, Crime and Policing Act 2014. • They can be largely broken down into the following categories o Lot 1, Category 1 - Simple cut back of overhanging vegetation affecting the public highway/footpath/public spaces. (Circa £100-£150) o Lot 2, Category 2 - Small clearance which includes a few 'bags of waste' and the cut back and removal of overgrown vegetation that offers harbourage or nesting material or potential food source (fruits) for rodents, or more extensive cut back of vegetation affecting the public highway/footpath/public spaces which would equate to a small van load. (Circa £150 - £750) o Lot 3, Category 3 - Significant clearances (of vegetation and waste). May include numerous bags of waste, white goods, loose building materials which offers shelter and potential nesting materials and the cut back and removal of significant overgrown vegetation. Which may equate to a tipper load/multiple tipper loads of waste. Major cut back of overhanging vegetation affecting the public highway/footpath/public spaces that require Chapter 8 (traffic Management) considerations. (Circa £750 - £2000). o Lot 4, Category 4 - Small internal clearances and cleansing of filthy and verminous premises, to include removal of contaminated clothing, papers and other items that may provide harbourage. Minor building works including (but not exclusively) proofing against rodent access, and remediation of simple blocked drains. (Circa £2500 - £5000) o Lot 5, Category 5 - Significant internal clearances (severely hoarded properties) with the removal of waste including bodily fluids, animal faeces and large-scale contamination within the premises. Major building works to proof against pests (roofing for pigeons) etc, and remediation of major drainage defects such as collapses or cases that require significant investigation to determine the fault. (£5000 +) Behaviour of employees "working in a manner befitting a representative of the Council" where "safe systems of work and risk assessments are followed to ensure that the role is carried out with minimal risk to contractors, members of the public and anyone else within the vicinity of the works". Smoking and vaping should only be permitted on breaks - away from the work. PPE would be determined by the successful Company's risk assessments and Safety Policy and procedures for the specific works and should be worn correctly at all times whilst on the job. Bidders are permitted to submit a response for one or more Lots. The maximum number if bidders that will be awarded for each lot is 5. Places on the framework for each lot will be awarded on the basis of rank following the evaluation process. The Council reserves the right to award to the highest ranked bidder for future jobs in each lot/category, if the number one ranked bidder isn't able to complete the work within the required timeframe, then the council also reserves the right to move down the rankings until the job has been accepted. For some more complex jobs, the council reserves the right to run a mini competition and each supplier on the lot could be asked to price and the lowest bid will be successful. Gaining a place on this Framework Agreement does not guarantee any work.

Katy Reed

Published 10 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete