Waste Management Services
• Peel Ports Investments Limited
Publication reference: 2022/S 000-005817 
Publication date: 3 March 2022
F05: Contract notice – utilities
Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
Peel Ports Investments Limited
Maritime Centre
Liverpool
L21 1LA
Contact
Linda Robinson
Email

Telephone
+44 1519496155
Country
United Kingdom

If you want help with winning this tender, then take a look at our Bid Writing page.

NUTS code
UK – United Kingdom
National registration number
5433920
Internet address(es)
Main address
https://www.peelports.com
Buyer’s address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299
one.2) Information about joint procurementI.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) CommunicationI.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44204&B=PEELPORTS
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44204&B=PEELPORTS
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activityI.6) Main activity
Port-related activities

Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
Waste Management Services
Reference number
PPIL/C0096/PRO89
two.1.2) Main CPV codeII.1.2) Main CPV code
• 90510000 – Refuse disposal and treatment
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.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.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lotsII.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
two.2) DescriptionII.2) Description
two.2.1) TitleII.2.1) Title
Lot 1 Bin and Skip Collections
Lot No
1
two.2.2) Additional CPV code(s)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
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
• UK – United Kingdom
Main site or place of performance
Port of Liverpool
two.2.4) Description of the procurementII.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.
two.2.5) Award criteriaII.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated valueII.2.6) Estimated value
Value excluding VAT: £2,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invitedII.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.
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about optionsII.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.
two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional informationII.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.
two.2) DescriptionII.2) Description
two.2.1) TitleII.2.1) Title
Lot 2 On-Site Waste Management and Recycling Facility
Lot No
2
two.2.2) Additional CPV code(s)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
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
• UK – United Kingdom
Main site or place of performance
Port of Liverpool
two.2.4) Description of the procurementII.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.
two.2.5) Award criteriaII.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated valueII.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invitedII.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.
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about optionsII.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.
two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional informationII.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 three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information
three.1) Conditions for participationIII.1) Conditions for participation
three.1.2) Economic and financial standingIII.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative informationIV.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate
Date
4 April 2022
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted
English

Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
High Court of England and Wales – Technology and Construction Court
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
Country
United Kingdom

Leave a Reply