Hysbysiad dyfarnu contract – cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Peel Ports Investments Limited
5433920
Maritime Centre
Liverpool
L21 1LA
UK
Person cyswllt: Linda Robinson
Ffôn: +44 1519496155
E-bost: linda.robinson@peelports.com
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.peelports.com
Cyfeiriad proffil y prynwr: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91299
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.6) Prif weithgaredd
Gweithgareddau sy’n gysylltiedig â phorthladdoedd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Waste Management Services
Cyfeirnod: PPIL/C0096/PRO89
II.1.2) Prif god CPV
90510000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Initially for the Port of Liverpool (Mersey Docks and Harbour Company Limited - MDHC) and the Port of Manchester (The Manchester Ship Canal Company Limited - MSCC), with the opportunity to extend to other Ports given the right conditions, A total waste management solution is required to ensure both that Peel Ports legal requirements continue to be met, and that the environmental impact of the waste generated is minimised.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 4 000 000.00 GBP
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 Bin and Skip Collections
II.2.2) Cod(au) CPV ychwanegol
90511000
90513000
90514000
90533000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Port of Liverpool
II.2.4) Disgrifiad o’r caffaeliad
The Supplier of the waste management Services will be required to store, remove, process, transport and ultimately dispose of all of the waste generated with the Peel Ports. This shall include the supply of all equipment, plant, containers, vehicles, IT equipment, materials, labour and incidentals to facilitate the delivery of the Services.
The Services shall be provided by staff who have been given regular training which is appropriate to ensure that the Services are delivered safely and correctly with all reasonable skill and care.
The Supplier shall, in a timely manner, provide Waste Transfer Notes, Consignment Notes and any other waste collection documentation which is necessary to demonstrate that waste is being managed in a compliant manner.
The tender is split into two lots;
Specifically for Lot 1 – Bin and Skip Collections – This will be a traditional waste management arrangement where periodic container lifts are made, and waste is immediately taken off site for onward processing. Collections to be made up of mobile compaction and single trip services.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contract will be for an initial fixed term of 4 years with options to extend up to a maximum of 8 years in 1 year increments.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Only one of the two lots will be awarded (as they both meet the same ultimate need). Whichever lot is awarded, the other shall be discontinued.
Rhif y Lot 2
II.2.1) Teitl
Lot 2 On-Site Waste Management and Recycling Facility
II.2.2) Cod(au) CPV ychwanegol
90511000
90513000
90514000
90533000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Port of Liverpool
II.2.4) Disgrifiad o’r caffaeliad
The Supplier of the waste management Services will be required to store, remove, process, transport and ultimately dispose of all of the waste generated with the Peel Ports. This shall include the supply of all equipment, plant, containers, vehicles, IT equipment, materials, labour and incidentals to facilitate the delivery of the Services.
The Services shall be provided by staff who have been given regular training which is appropriate to ensure that the Services are delivered safely and correctly with all reasonable skill and care.
The Supplier shall, in a timely manner, provide Waste Transfer Notes, Consignment Notes and any other waste collection documentation which is necessary to demonstrate that waste is being managed in a compliant manner.
Specifically for Lot 2 – On-Site Waste Management and Recycling Facility (OSWM) - In order to maximise the Port of Liverpool’s recycling performance and minimise the number of waste collections required, the Supplier is to establish, manage and operate a day shift on-site waste management and recycling facility.
With dedicated staff to provide the Services, the Supplier will collect waste from the respective storage locations on the Port and bring it back to a central facility where the waste will be sorted into different waste streams maximising recycling and revenue generation (for example woods and metals). Compaction for disposal purposes, shall be used wherever it is optimal, both operationally and economically.
Where it’s not economic to do so (likely to be locations that are not based on the Port of Liverpool), traditional bin and skip collection to permitted waste management facilities will continue to be provided.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Technical
/ Pwysoliad: 56%
Maen prawf cost: Commercial
/ Pwysoliad: 44%
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contract will be for an initial fixed term of 4 years with options to extend up to a maximum of 8 years in 1 year increments.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Only one of the two lots will be awarded (as they both meet the same ultimate need). Whichever lot is awarded, the other shall be discontinued.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-005817
Section V: Dyfarnu contract
Rhif Contract: 1
Teitl: Lot 1 Bin and Skip Collections
Dyfernir contract/lot:
Na
V.1 Gwybodaeth am benderfyniad i beidio â dyfarnu
Section V: Dyfarnu contract
Rhif Contract: 2
Teitl: Lot 2 On-Site Waste Management and Recycling Facility
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
01/10/2022
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 3
Nifer y tendrau a ddaeth i law gan BBaChau: 2
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 3
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Mitie Waste and Environmental Services Ltd
08457483
Level 12, The Shard, 32 London Bridge Street,
London
SE1 9SG
UK
NUTS: UKI
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 4 000 000.00 GBP
Cyfanswm gwerth y contract/lot: 4 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Mae’n debygol y caiff y contract ei is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England and Wales - Technology and Construction Court
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
05/10/2022