Contract award notice - utilities

Information

Published

External Reference: 2022-567410

FTS Reference: 2022-027926

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Section I: Contracting entity

I.1)

Name and addresses

Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
Contact person: Linda Robinson
Telephone: +44 1519496155
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Waste Management Services
Reference number:  PPIL/C0096/PRO89
II.1.2)

Main CPV code

90510000  -  Refuse disposal and treatment
II.1.3)

Type of contract

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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  4000000.00  GBP
II.2)

Description

II.2.1)

Title

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.
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  56%
Cost criterion  -  Name:  Commercial  /  Weighting:  44%
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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-005817

Section V: Award of contract

Contract No: 1

Title: Lot 1 Bin and Skip Collections

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 2

Title: Lot 2 On-Site Waste Management and Recycling Facility

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/10/2022
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  3
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Mitie Waste and Environmental Services Ltd
08457483
Level 12, The Shard, 32 London Bridge Street,
London
SE1 9SG
UK
NUTS code:  UKI -  LONDON

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Initial estimated total value of the contract/lot:  4000000.00  GBP
Total value of the contract/lot:  4000000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales - Technology and Construction Court
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK