Section one: Contracting authority
one.1) Name and addresses
Merseytravel
No.1 Mann Island
Liverpool
L3 1BP
Contact
Procurement Team
tender@liverpoolcityregion-ca.gov.uk
Country
United Kingdom
Region code
UKD7 - Merseyside
Internet address(es)
Main address
http://www.merseytravel.gov.uk/
Buyer's address
http://www.merseytravel.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Management Services for Merseytravel Premises
Reference number
DN669104
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Merseytravel is seeking to commission the services of a suitably qualified and experienced contractor to undertake the provision of waste management services across its estate.
Merseytravel requires a waste collection service that includes:
• Daily waste collections from multiple sites (as detailed on page 12) across the Merseytravel estate, to include mixed recycling waste, mixed municipal waste, glass, and food waste.
• The contractor is required to follow the current collection schedule. (See pages 8, 9 & 10).
• Merseytravel have sites that experience high fluctuations in demand throughout the year. To meet this demand, Merseytravel require flexibility within the collection schedule.
• Supply all external bins throughout the Merseytravel Estate. The waste contractor is to replace any damaged external bins free of charge to Merseytravel. There are circa 75no. 1100L general waste bins and 5no. 240L food bins and 5no. 240L glass bins.
• A vehicle fleet large enough to meet Merseytravel’s high waste streams across the Estate.
• Safe collection methods and process when removing waste from site and transporting to your waste facility.
• A recycling facility to minimise as much waste as possible being transported landfill.
two.1.5) Estimated total value
Value excluding VAT: £560,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Merseytravel is seeking to commission the services of a suitably qualified and experienced contractor to undertake the provision of waste management services across its estate.
Merseytravel requires a waste collection service that includes:
• Daily waste collections from multiple sites (as detailed on page 12) across the Merseytravel estate, to include mixed recycling waste, mixed municipal waste, glass, and food waste.
• The contractor is required to follow the current collection schedule. (See pages 8, 9 & 10).
• Merseytravel have sites that experience high fluctuations in demand throughout the year. To meet this demand, Merseytravel require flexibility within the collection schedule.
• Supply all external bins throughout the Merseytravel Estate. The waste contractor is to replace any damaged external bins free of charge to Merseytravel. There are circa 75no. 1100L general waste bins and 5no. 240L food bins and 5no. 240L glass bins.
• A vehicle fleet large enough to meet Merseytravel’s high waste streams across the Estate.
• Safe collection methods and process when removing waste from site and transporting to your waste facility.
• A recycling facility to minimise as much waste as possible being transported landfill.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £560,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
49
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to 4 x 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract may be extended by up to 4 x 12 month extensions
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 June 2023
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 June 2023
Local time
11:00am
Place
The Chest
Information about authorised persons and opening procedure
The Procurement Team via The Chest
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: At the present moment of time, we would assume the contract will be let at the end of the contract period or the end of the extension provision.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales