II.1)
Scope of the procurement
Waste Management Services
Reference number:
PPIL/C0096/PRO89
90510000
-
Refuse disposal and treatment
Services
II.1.4)
Short description
Initially for the Port of Liverpool (Mersey Docks and Harbour Company Limited - MDHC) and the Port of Manchester (The Manchester Ship Canal Company Limited - MSCC), with the opportunity to extend to other Ports given the right conditions, A total waste management solution is required to ensure both that Peel Ports legal requirements continue to be met, and that the environmental impact of the waste generated is minimised.
II.1.5)
Estimated total value
Value excluding VAT: 4000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Maximum number of lots that may be awarded to one tenderer:
1
Lot 1 Bin and Skip Collections
Lot No:
1
II.2.2)
Additional CPV code(s)
90511000
-
Refuse collection services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90514000
-
Refuse recycling services
90533000
-
Waste-tip management services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Port of Liverpool
II.2.4)
Description of the procurement
The Supplier of the waste management Services will be required to store, remove, process, transport and ultimately dispose of all of the waste generated with the Peel Ports. This shall include the supply of all equipment, plant, containers, vehicles, IT equipment, materials, labour and incidentals to facilitate the delivery of the Services.
The Services shall be provided by staff who have been given regular training which is appropriate to ensure that the Services are delivered safely and correctly with all reasonable skill and care.
The Supplier shall, in a timely manner, provide Waste Transfer Notes, Consignment Notes and any other waste collection documentation which is necessary to demonstrate that waste is being managed in a compliant manner.
The tender is split into two lots;
Specifically for Lot 1 – Bin and Skip Collections – This will be a traditional waste management arrangement where periodic container lifts are made, and waste is immediately taken off site for onward processing. Collections to be made up of mobile compaction and single trip services.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 2400000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
96
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
The five highest scoring Applicants in each lot will be invited to Tender.
II.2.10)
Information about variants
Variants will be accepted:
yes
II.2.11)
Information about options
Options:
yes
Description of options:
The contract will be for an initial fixed term of 4 years with options to extend up to a maximum of 8 years in 1 year increments.
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
Only one of the two lots will be awarded (as they both meet the same ultimate need). Whichever lot is awarded, the other shall be discontinued.
Lot 2 On-Site Waste Management and Recycling Facility
Lot No:
2
II.2.2)
Additional CPV code(s)
90511000
-
Refuse collection services
90513000
-
Non-hazardous refuse and waste treatment and disposal services
90514000
-
Refuse recycling services
90533000
-
Waste-tip management services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Port of Liverpool
II.2.4)
Description of the procurement
The Supplier of the waste management Services will be required to store, remove, process, transport and ultimately dispose of all of the waste generated with the Peel Ports. This shall include the supply of all equipment, plant, containers, vehicles, IT equipment, materials, labour and incidentals to facilitate the delivery of the Services.
The Services shall be provided by staff who have been given regular training which is appropriate to ensure that the Services are delivered safely and correctly with all reasonable skill and care.
The Supplier shall, in a timely manner, provide Waste Transfer Notes, Consignment Notes and any other waste collection documentation which is necessary to demonstrate that waste is being managed in a compliant manner.
Specifically for Lot 2 – On-Site Waste Management and Recycling Facility (OSWM) - In order to maximise the Port of Liverpool’s recycling performance and minimise the number of waste collections required, the Supplier is to establish, manage and operate a day shift on-site waste management and recycling facility.
With dedicated staff to provide the Services, the Supplier will collect waste from the respective storage locations on the Port and bring it back to a central facility where the waste will be sorted into different waste streams maximising recycling and revenue generation (for example woods and metals). Compaction for disposal purposes, shall be used wherever it is optimal, both operationally and economically.
Where it’s not economic to do so (likely to be locations that are not based on the Port of Liverpool), traditional bin and skip collection to permitted waste management facilities will continue to be provided.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 4000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
96
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
The five highest scoring Applicants in each lot will be invited to Tender.
II.2.10)
Information about variants
Variants will be accepted:
yes
II.2.11)
Information about options
Options:
yes
Description of options:
The contract will be for an initial fixed term of 4 years with options to extend up to a maximum of 8 years in 1 year increments.
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
Only one of the two lots will be awarded (as they both meet the same ultimate need). Whichever lot is awarded, the other shall be discontinued.