Skip Service and Waste Management Disposal Services Liverpool
Lot 1 – Skip Services, Contract Value circa GBP 150 k over three years. Skips to be provided around Liverpool and the surrounding areas. Lot 2 – Waste Management Services, Contract Value circa GBP 700 k over three years.
United Kingdom-Liverpool: Waste-tip management services
2014/S 100-174947
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Housing Maintenance Solutions
Procurement, Unit 4, Electric Avenue, Stonebridge Park
Contact point(s): HMS Procurement
L11 0ED Liverpool
UNITED KINGDOM
Further information can be obtained from: Housing Maintenance Solutions
Further Information is available through HMS’s Procurement software The Chest, www.thechest.nwce.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Housing Maintenance Solutions
Specification and additional documentation must be downloaded from The Chest www.thechest.nwce.gov.uk
Tenders or requests to participate must be sent to: Housing Maintenance Solutions
Tenders / Request to participate must be taken from The Chest www.thechest.nwce.gov.uk
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Within the area of Merseyside and surrounding possible.
NUTS code UKD
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The purpose of this procurement process is to establish two distinct contracts in respect of the following services:
Lot 1 – Skip Services, Contract Value circa GBP 150 k over three years.
Skips to be provided around Liverpool and the surrounding areas.
Lot 2 – Waste Management Services, Contract Value circa GBP 700 k over three years
HMS are looking for a minimum of two locations for tradesman to dispose of waste, one in the Childwall area of Liverpool, and one in the Kirkdale area of Liverpool. Sites must be located within a five mile radius of these areas. Ideally the more locations the better. We require either a waste transfer station or skip provision at site for our tradesman to dispose of waste at these locations. A combination of both skips / transfer station would also be acceptable. For sites where skips are to be provided HMS would require exclusivity to theses locations to avoid delays in waiting times. Locations must be secure at all times.
Providers can tender for Lot 1 and Lot 2 or both lots. However, contractors must have adequate resources to be able to undertake the works for which they are bidding.
No guarantee can be given regarding the volume of business placed.
Please refer to the attached PQQ Instructions Document on what is required to participate in this process.
II.1.6)Common procurement vocabulary (CPV)
90533000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The purpose of this procurement process is to establish two distinct contracts in respect of the following services:
Lot 1 – Skip Services, Contract Value circa GBP 250 k over 5 years.
Skips to be provided around Liverpool and the surrounding areas.
Lot 2 – Waste Management Disposal Services, Contract Value circa GBP 1.2 millions over five years
HMS are looking for a minimum of two locations for tradesman to dispose of waste, one in the Childwall area of Liverpool, and one in the Kirkdale area of Liverpool. Sites must be located within a five mile radius of these areas. Ideally the more locations the better. We require either a waste transfer station or skip provision at site for our tradesman to dispose of waste at these locations. A combination of both skips / transfer station would also be acceptable. For sites where skips are to be provided HMS would require exclusivity to theses locations to avoid delays in waiting times. Locations must be secure at all times.
Providers can tender for Lot 1 and Lot 2 or both lots. However, contractors must have adequate resources to be able to undertake the works for which they are bidding.
No guarantee can be given regarding the volume of business placed.
Please refer to the attached PQQ Instructions Document on what is required to participate in this process.
This is a three year contract with the option to extend for a further two years, subject to internal objectives, supplier analysis and performance.
Estimated value excluding VAT: 1 450 000 GBP
II.2.2)Information about options
Description of these options: Possible extension for a further 2 years.
Provisional timetable for recourse to these options:
in months: 6 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Skip Services
1)Short description
2)Common procurement vocabulary (CPV)
90533000
Lot No: 2 Lot title: Waste Management Disposal Service
1)Short description
2)Common procurement vocabulary (CPV)
90533000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per PQQ.
III.2.3)Technical capacity
As per PQQ.
Minimum level(s) of standards possibly required:
1 Organisational Information Mandatory – For Information.
1 Consortiums Organisation Information Mandatory – For Information.
2 Professional Standing Pass / Fail (In / Out).
3 Conflict of Interest Pass / Fail (In / Out).
4 Financial and Insurance Information Pass / Fail (In / Out).
5 Equality and Diversity Pass / Fail (In / Out).
6 Technical Information Pass / Fail and Scored and Weighted (100 %).
7 Health and Safety Pass / Fail (In / Out).
8 Environmental Pass / Fail (In / Out).
9 Quality and Data Protection Pass / Fail (In / Out).
10 Declaration Pass / Fail (In / Out).
All information is available in the PQQ Instruction Document.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.5)Date of dispatch of this notice: