Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 7th Dec 2023

Tender Details
Referenceocds-h6vhtk-036c18
Common Procurement VocabularyRefuse collection services
Procurement MethodOpen procedure
Value£20,000,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 7th Dec 2023

Tender Details
Referenceocds-h6vhtk-036c18
Common Procurement VocabularyRefuse collection services
Procurement MethodOpen procedure
Value£20,000,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

cpu [at] falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Kerbside Collection for Glass,Food Waste & Absorbent Hygiene Products

Reference number

PS/125/23

II.1.2) Main CPV code

  • 90511000 - Refuse collection services

II.1.3) Type of contract

Services

II.1.4) Short description

This opportunity is for the provision of a collection service from households that will utilise and expand/alter where appropriate, the existing glass, food waste container service and, as required, Absorbent Hygiene Products (AHP).

II.1.5) Estimated total value

Value excluding VAT: £20,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90511200 - Household-refuse collection services
  • 90512000 - Refuse transport services
  • 90513100 - Household-refuse disposal services
  • 90514000 - Refuse recycling services
  • 90511000 - Refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90700000 - Environmental services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90710000 - Environmental management
  • 34144510 - Vehicles for refuse
  • 34144511 - Refuse-collection vehicles
  • 34144512 - Refuse-compaction vehicles
  • 90510000 - Refuse disposal and treatment
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513200 - Urban solid-refuse disposal services

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

II.2.4) Description of the procurement

This opportunity is for the provision of a recycling collection service from households that will utilise and expand/alter where appropriate, the existing glass, food waste container service and, as required, Absorbent Hygiene Products – (AHP). This will be for 7 years with the option of up to a 3 year extension

II.2.5) Award criteria

Quality criterion - Name: Mobilisation Plan / Weighting: 6

Quality criterion - Name: Daily Operating Plan / Weighting: 6

Quality criterion - Name: Contract Monitoring / Weighting: 6

Quality criterion - Name: Contingency Plan / Weighting: 6

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Health and Safety Procedures and Moitoring / Weighting: 6

Price - Weighting: 65

II.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 3 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a requirement of this tender that if the Bidder is UK based they must either hold a valid registration with Companies House or else be able to verify to the Councils satisfaction that they are trading from the address provided and under the trading name given.

Bidder must hold a valid Waste Carriers Licence.

III.1.2) Economic and financial standing

List and brief description of selection criteria

A Creditsafe credit scoring check will be ran on the details provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information can be provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.

Minimum level(s) of standards possibly required

Employers Liability Insurance = 10 Million GBP

Public Liability Insurance = 10 Million GBP

Product Liability Insurance = 10 Million GBP

Pollution Liability Insurance = 1 Million GBP

Motor Vehicle Insurance = Minimum requirements as governed by UK legislation but also covering carriage of waste.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide two examples from the last three years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-027167

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

19 January 2024

Local time

11:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

19 January 2024

Local time

11:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2032

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Bidders will be required to provide two examples from the last three years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice

If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.

Bidders will be required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation’s own scope 1 and 2 emissions.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract

.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or provide additional supportive information as detailed within PS 125 23 Appendix E SPD Standardised Statements.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001(or equivalent) or provide additional supportive information as detailed within PS 125 23 Appendix E SPD Standardised Statements

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within PS 125 23 Appendix E SPD Standardised Statements

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748502.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The successful contractor will be required to provide a minimum of two (No. 2) periods of six weeks per annum paid work experience for a participant(s).

In addition

Number of Employed Status Opportunities (e.g. modern apprenticeships)

1st Opportunity cumulative spend exceeds 1 Million GBP

2nd Opportunity cumulative spend exceeds 4 Million GBP

3rd Opportunity cumulative spend exceeds 7 Million GBP

4th Opportunity cumulative spend exceedse 10 Million GBP

5th Opportunity cumulative spend exceeds 13 Million GBP

6th Opportunity cumulative spend exceeds 16 Million GBP

(SC Ref:748502)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=748502

VI.4) Procedures for review

VI.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom