Awarded contract

Collection, Recycling and Treatement of Bulk Waste

  • Glasgow City Council

F20: Modification notice

Notice reference: 2022/S 000-009691

Published 12 April 2022, 10:11am



Section one: Contracting authority/entity

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

david.hart@glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Collection, Recycling and Treatement of Bulk Waste

Reference number

GCC004724CPU

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services
  • 90511000 - Refuse collection services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement at the time of conclusion of the contract:

Glasgow City Council is inviting a suitable Contractor to bid for the Reception, Collection, Recycling, and Treatment of Bulk Waste.

Glasgow City Council provides an uplift service for bulk items of domestic waste for residents in the city. Residents are also able to take bulk waste to four recycling centres. On average, 24,000 tonnes per annum of bulk household waste is bulked at our transfer stations for onward processing. Tonnages fluctuate year on year therefore the council can only provide an estimated tonnage based upon previous years tonnage.

Bulk waste will be delivered by the council or collected by the contractor from one of three waste transfer stations. It is estimated that 75% of tonnage will be delivered by the council and 25% of tonnage will be collected by the contractor however these levels may vary.

The Council is committed to diverting waste from landfill and to increase the level of recycling in the city. This contract will contribute towards this commitment. The contractor will be required to treat bulk waste to maximise recycling, re-use, treatment and diversion of waste from landfill. It is a requirement of this contract that a minimum of 60% of the bulk waste materials are recycled. The contractor will be required to demonstrate this via monthly management information reporting which will be monitored via Key Performance Indicators.

Contractors are to provide detail, via the management information reporting as to where the council's bulk waste materials are sent for recycling or further treatment. All further recycling or treatment is to be in line with SEPA’s (or any equivalent) licensing and regulatory requirements.

For the purposes of this Contract the Council has set a maximum average round trip distance of 70 miles to the contractor’s treatment premises. It is detailed in the ITT documents how this will be assessed. Any bidder that does not meet this criteria will not be progressed to the evaluation stage. This is a pass/fail criteria.

As part of the tender, bidders are required to take a minimum of one trial load from each waste transfer station prior to submitting their bid. This is a mandatory requirement for bidding.

This contract will be let on a one lot basis this being the most effective way for council operations to manage the contract.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

36

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2019/S 180-439005


Section five. Award of contract/concession

Contract No

GCC004724CPU

Title

Collection, Recycling and Treatement of Bulk Waste

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

1 July 2019

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Levenseat Ltd

Levenseat Resource Management Site, By Forth

Lanark

ML11 8EP

Telephone

+44 1501771185

Country

United Kingdom

NUTS code
  • UKM78 - West Lothian
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £10,672,500


Section six. Complementary information

six.3) Additional information

(SC Ref:686950)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 90500000 - Refuse and waste related services

seven.1.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services
  • 90511000 - Refuse collection services
  • 90513100 - Household-refuse disposal services

seven.1.3) Place of performance

NUTS code
  • UKM82 - Glasgow City
Main site or place of performance

UK, Glasgow

seven.1.4) Description of the procurement:

Glasgow City Council provides an uplift service for bulk items of domestic waste for residents in the city. Residents are also able to take bulk waste to four recycling centres. Due to changes in residents’ recycling activity there has been an increase in the tonnage dealt with under this contract. On average, 48,000 tonnes per annum of bulk waste is now bulked at our transfer stations for onward processing. Bulk waste will be delivered by the council or collected by the contractor from one of three waste transfer stations. It is estimated that 75% of tonnage will be delivered by the council and 25% of tonnage will be collected by the contractor however these levels may vary.

The Council is committed to diverting waste from landfill and to increase the level of recycling in the city. This contract will contribute towards this commitment. The contractor will be required to treat bulk waste to maximise recycling, re-use, treatment and diversion of waste from landfill. It is a requirement of this contract that a minimum of 60% of the bulk waste materials are recycled. The contractor will be required to demonstrate this via monthly management information reporting which will be monitored via Key Performance Indicators.

Contractors are to provide detail, via the management information reporting as to where the council's bulk waste materials are sent for recycling or further treatment. All further recycling or treatment is to be in line with SEPA’s (or any equivalent) licensing and regulatory requirements.

For the purposes of this Contract the Council has set a maximum average round trip distance of 70 miles to the contractor’s treatment premises. It is detailed in the ITT documents how this will be assessed. Any bidder that does not meet this criteria will not be progressed to the evaluation stage. This is a pass/fail criteria.

As part of the tender, bidders are required to take a minimum of one trial load from each waste transfer station prior to submitting their bid. This is a mandatory requirement for bidding.

This contract will be let on a one lot basis this being the most effective way for council operations to manage the contract.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

9

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£4,232,122

seven.1.7) Name and address of the contractor/concessionaire

Levenseat Ltd

Levenseat Resource Management Site, By Forth

Lanark

ML11 8EP

Telephone

+44 1501771185

Country

United Kingdom

NUTS code
  • UKM78 - West Lothian
The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The overall nature of the contract remains unchanged.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

An increase to the volume of bulky waste the council sends for processing has meant the council is on course to exceed the value of the contract and cannot take up the options of extension. The council now receives an additional circa 20,000 tones of bulky waste per annum which is not something it could have foreseen based on previous annual tonnages. There are various socio-economic, customer behaviour and operational factors that may have contributed to this increase and additional time is required to work on a new tender to assess what impact, if any, the easing of COVID-19 restrictions has on the volume of bulky waste and the impact of changes to how the council charges residents for the uplift of bulky waste items.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £10,672,500

Total contract value after the modifications

Value excluding VAT: £14,904,622