Contract

London Borough of Barnet Waste Transfer Station - Contract Award

  • London Borough of Barnet

F03: Contract award notice

Notice identifier: 2022/S 000-002600

Procurement identifier (OCID): ocds-h6vhtk-0310c2

Published 28 January 2022, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Barnet

2 Bristol Avenue

Colindale London

NW9 4EW

Email

procurement@barnet.gov.uk

Telephone

+44 2083597212

Country

United Kingdom

NUTS code

UKI71 - Barnet

Internet address(es)

Main address

www.barnetsourcing.co.uk

Buyer's address

www.barnetsourcing.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

London Borough of Barnet Waste Transfer Station - Contract Award

Reference number

702135

two.1.2) Main CPV code

  • 45232470 - Waste transfer station

two.1.3) Type of contract

Works

two.1.4) Short description

The London Borough of Barnet (LBB) has awarded a contract to appoint a supplier to deliver a new Waste Transfer Station (WTS).

The new WTS will be delivered via one of two options which is to be selected by LBB:

1) Delivery at a site located adjacent to Geron Way, or

2) Delivery at any alternative site which may be identified by LBB. LBB reserves the right to withdraw either of the options from the procurement.

For Geron Way, the design for this option is well developed and has conditional planning permission. Enabling works to clear the site have also been completed. If this option is selected by LBB, the supplier will be required to deliver the detailed design, construction, testing, commissioning and handover of a new WTS at Geron Way under a single stage contract.

For any alternative site, the supplier may be required to support LBB in the assessment of alternative delivery locations. If this option is selected by LBB, the supplier will provide the preliminary design (up to RIBA Stage

3) and support LBB in obtaining associated planning consents under the early contractor involvement terms

within the Contract (Stage 1). The main works (RIBA Stages 4 to 6) will form Stage 2 of the contract but LBB will be under no obligation to proceed to Stage 2 with the supplier if a price and/or design cannot be finalised in accordance with the requirements of Stage 1.

LBB invited interested suppliers with the necessary experience and capability (including of working alongside the railway) to successfully design, build, commission and handover a new WTS facility

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £33,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45222110 - Waste disposal site construction work
  • 45213270 - Construction works for recycling station
  • 45000000 - Construction work
  • 45213100 - Construction work for commercial buildings
  • 45213200 - Construction work for warehouses and industrial buildings
  • 90500000 - Refuse and waste related services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71240000 - Architectural, engineering and planning services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71330000 - Miscellaneous engineering services
  • 71420000 - Landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKI71 - Barnet
Main site or place of performance

For the Geron Way Option – 2 Geron Way, Cricklewood, London NW2 6GJ.

For the alternative site option – TBC

two.2.4) Description of the procurement

The London Borough of Barnet (LBB) is issuing contract award notice to appoint a supplier to deliver a new Waste Transfer Station (WTS).

The new WTS will be delivered via one of two options which is to be selected by LBB:

1) Delivery at a site located adjacent to Geron Way, or

2) Delivery at any alternative site which may be identified by LBB. LBB reserves the right to withdraw either of

the options from the procurement.

For Geron Way, the design for this option is well developed and has conditional planning permission. Enabling

works to clear the site have also been completed. If this option is selected by LBB, the supplier will be required

to deliver the detailed design, construction, testing, commissioning and handover of a new WTS at Geron Way

under a single stage contract.

For any alternative site, the supplier may be required to support LBB in the assessment of alternative delivery

locations. If this option is selected by LBB, the supplier will provide the preliminary design (up to RIBA Stage

3) and support LBB in obtaining associated planning consents under the early contractor involvement terms

within the Contract (Stage 1). The main works (RIBA Stages 4 to 6) will form Stage 2 of the contract but LBB

will be under no obligation to proceed to Stage 2 with the supplier if a price and/or design cannot be finalised in

accordance with the requirements of Stage 1.

LBB invites interested suppliers with the necessary experience and capability (including of working alongside

the railway) to successfully design, build, commission and handover a new WTS facility.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality Stage 1 / Weighting: 24

Quality criterion - Name: Technical Quality Stage 2 / Weighting: 22

Quality criterion - Name: Social Value / Weighting: 5

Cost criterion - Name: Commercial Stage 1 / Weighting: 16

Cost criterion - Name: Commercial Stage 2 / Weighting: 33

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 170-412510


Section five. Award of contract

Contract No

702135

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 December 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

McLaughlin & Harvey

15 Trench Road, Mallusk

Newtownabbey

BT36 4TY

Email

paula.mccloskey@mclh.co.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

www.mclh.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £33,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

This is a contract award notice following completion of a Competitive Procedure with Negotiation process

(MT Ref:225200)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit