Contract award notice – utilities
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
E-mail: linda.robinson@peelports.com
NUTS: UK
Internet address(es)
Main address: https://www.peelports.com
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299
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
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
Value excluding VAT:
4 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Bin and Skip Collections
II.2.2) Additional CPV code(s)
90511000
90513000
90514000
90533000
II.2.3) Place of performance
NUTS code:
UK
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.
Lot No: 2
II.2.1) Title
Lot 2 On-Site Waste Management and Recycling Facility
II.2.2) Additional CPV code(s)
90511000
90513000
90514000
90533000
II.2.3) Place of performance
NUTS code:
UK
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
Quality criterion: Technical
/ Weighting: 56%
Cost criterion: 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 with 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 with a single operator.
IV.1.8) Information about 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 OJ S:
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
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
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
Mitie Waste and Environmental Services Ltd
08457483
Level 12, The Shard, 32 London Bridge Street,
London
SE1 9SG
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 4 000 000.00
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
VI.5) Date of dispatch of this notice
05/10/2022