Section one: Contracting authority
one.1) Name and addresses
Liverpool Streetscene Services Limited
Newton Road
Liverpool
L13 3HS
Contact
Mr Greg Nixon
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