Section one: Contracting authority/entity
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Telephone
+44 1412872000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
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