Tender

LSSL Commercial Trade Waste Disposal Facilities

  • Liverpool Streetscene Services Limited

F02: Contract notice

Notice identifier: 2023/S 000-019447

Procurement identifier (OCID): ocds-h6vhtk-03dfc5

Published 7 July 2023, 11:51am



Section one: Contracting authority

one.1) Name and addresses

Liverpool Streetscene Services Limited

Newton Road

Liverpool

L13 3HS

Contact

Mr Greg Nixon

Email

greg.nixon2@liverpool.gov.uk

Country

United Kingdom

Region code

UKD7 - Merseyside

Internet address(es)

Main address

https://liverpoolstreetscene.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Other type

Wholly owned subsidiary of a local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

LSSL Commercial Trade Waste Disposal Facilities

Reference number

DN678220

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. The company has an estimated annual turnover of around £30 million.

LSSL has successfully introduced a commercial trade waste removal department and is looking to expand that service over the coming years. In order for the company to achieve its targets, it will require the use of multiple trade waste disposal facilities within the City of Liverpool.

Prospective suppliers are invited to submit proposals for this opportunity for the disposal of commercial trade waste with the expectation of being able to meet the requirements of LSSL as set out in this specification, which is to be broken down into two lots. The contract for each of the lots is due to commence on 1st October 2023.

The supplier will be required to provide access to the waste disposal facilities to meet the needs of the service from 01 October 2023 for a period of 3 years with the option of an additional two years, reviewed on an annual basis thereafter.

As part of the proposal, the supplier will indicate that they are able to meet the conditions of either of the following two lots;

• Lot 1 – Commercial trade waste disposal facility – North Liverpool

• Lot 2 – Commercial trade waste disposal facility – South Liverpool

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.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: 2

two.2) Description

two.2.1) Title

Commercial trade waste disposal facility – North Liverpool

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. The company has an estimated annual turnover of around £30 million.

LSSL has successfully introduced a commercial trade waste removal department and is looking to expand that service over the coming years. In order for the company to achieve its targets, it will require the use of multiple trade waste disposal facilities within the City of Liverpool.

Prospective suppliers are invited to submit proposals for this opportunity for the disposal of commercial trade waste with the expectation of being able to meet the requirements of LSSL as set out in this specification, which is to be broken down into two lots. The contract for each of the lots is due to commence on 1st October 2023.

The supplier will be required to provide access to the waste disposal facilities to meet the needs of the service from 01 October 2023 for a period of 3 years with the option of an additional two years, reviewed on an annual basis thereafter.

As part of the proposal, the supplier will indicate that they are able to meet the conditions of either of the following two lots;

• Lot 1 – Commercial trade waste disposal facility – North Liverpool

• Lot 2 – Commercial trade waste disposal facility – South Liverpool

Appendix I of the tender documentation is a map which highlights the two specific zones of North and South Liverpool – tipping locations are required to serve each zone.

LSSL estimates that each year the amount of waste collected through its commercial operation, based upon historical data, is between 5,500 tonnes to 7,500 tonnes in total across the North and South zones. However, this could increase should LSSL’s commercial activities expand during the lifetime of this agreement.

two.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 value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Commercial trade waste disposal facility – South Liverpool

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. The company has an estimated annual turnover of around £30 million.

LSSL has successfully introduced a commercial trade waste removal department and is looking to expand that service over the coming years. In order for the company to achieve its targets, it will require the use of multiple trade waste disposal facilities within the City of Liverpool.

Prospective suppliers are invited to submit proposals for this opportunity for the disposal of commercial trade waste with the expectation of being able to meet the requirements of LSSL as set out in this specification, which is to be broken down into two lots. The contract for each of the lots is due to commence on 1st October 2023.

The supplier will be required to provide access to the waste disposal facilities to meet the needs of the service from 01 October 2023 for a period of 3 years with the option of an additional two years, reviewed on an annual basis thereafter.

As part of the proposal, the supplier will indicate that they are able to meet the conditions of either of the following two lots;

• Lot 1 – Commercial trade waste disposal facility – North Liverpool

• Lot 2 – Commercial trade waste disposal facility – South Liverpool

Appendix I of the tender documentation is a map which highlights the two specific zones of North and South Liverpool – tipping locations are required to serve each zone.

LSSL estimates that each year the amount of waste collected through its commercial operation, based upon historical data, is between 5,500 tonnes to 7,500 tonnes in total across the North and South zones. However, this could increase should LSSL’s commercial activities expand during the lifetime of this agreement.

two.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 value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

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

7 August 2023

Local time

10:00am

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 August 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom