Contract

Waste Management Services for Merseytravel Premises

  • Merseytravel

F03: Contract award notice

Notice identifier: 2023/S 000-028357

Procurement identifier (OCID): ocds-h6vhtk-03cd45

Published 26 September 2023, 1:41pm



Section one: Contracting authority

one.1) Name and addresses

Merseytravel

No.1 Mann Island

Liverpool

L3 1BP

Contact

Procurement Officer

Email

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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

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

  • 90000000 - Sewage, refuse, cleaning and environmental 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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £556,466.93

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside
Main site or place of performance

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.2.11) 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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-014091


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 September 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 6

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

five.2.3) Name and address of the contractor

Bagnall & Morris Ltd

Irish House, Dock Road South

Bromborough

CH62 4SQ

Country

United Kingdom

NUTS code
  • UKD7 - Merseyside
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £556,466.93


Section six. Complementary information

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