Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Waste Management Services

  • First published: 06 October 2022
  • Last modified: 06 October 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-031d52
Published by:
Peel Ports Investments Limited
Authority ID:
AA80248
Publication date:
06 October 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90511000 Refuse collection services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
90514000 Refuse recycling services Refuse disposal and treatment
90533000 Waste-tip management services Operation of a refuse site

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
linda.robinson@peelports.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.