Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 9

Status Active

Published 2nd Jul 2024

Tender Details
Referenceocds-h6vhtk-047925
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£17,060,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 9

Status Active

Published 2nd Jul 2024

Tender Details
Referenceocds-h6vhtk-047925
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£17,060,000

Section I: Contracting authority

I.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Stephanie Kay Hammel

Email

shammel [at] apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.apuc-scot.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

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.publictenderscotland.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.publictenderscotland.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Other type

Education

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Waste Management Services (APUC)

Reference number

EFM1055 AP

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority is seeking Contractor(s) for Waste Management Services for all HE/FE institutions in Scotland. EFM1055 AP Waste Management Services is a tailored Framework Agreement for all institutions in Scotland to provide essential Waste Management Services.

The Framework Agreement will provide essential waste management services which are compliant with current and future legislation.

The Framework Agreement is split in to five defined waste stream schedules for general waste & materials through to specialised waste and materials across up to five geographical regions.

II.1.5) Estimated total value

Value excluding VAT: £17,060,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

A2 - General Waste, Recyclates & Recoverables - Central, West & South of Scotland

Lot No

2

II.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM84 - North Lanarkshire
  • UKM93 - East Ayrshire and North Ayrshire mainland
  • UKM94 - South Ayrshire
  • UKM95 - South Lanarkshire
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Central, West and South of Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

A3 - General Waste, Recyclates & Recoverables - Perth, Fife, Dundee & Angus

Lot No

3

II.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
  • UKM72 - Clackmannanshire and Fife
  • UKM71 - Angus and Dundee City

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Perth, Fife, Dundee & Angus as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

A4 - General Waste, Recyclates & Recoverables - Grampians: Aberdeenshire

Lot No

4

II.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90511000 - Refuse collection services
  • 90514000 - Refuse recycling services

II.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland
  • UKM50 - Aberdeen City and Aberdeenshire

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Grampians & Aberdeenshire as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

A5 - General Waste, Recyclates & Recoverables - North of Scotland: Highlands & Islands

Lot No

5

II.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across North of Scotland, Highlands and Islands as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

B - WEEE & Associated Materials

Lot No

6

II.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90514000 - Refuse recycling services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for WEEE & Associated Materials as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, while encouraging re-use, recycling and recovery.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

C - Chemical Substances & Materials

Lot No

7

II.2.2) Additional CPV code(s)

  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for Chemical Substances & Materials as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

D - Clinical & Biological Materials

Lot No

8

II.2.2) Additional CPV code(s)

  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services
  • 90524000 - Medical waste services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for Clinical & Biological Materials as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

E - Confidential Waste

Lot No

9

II.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511400 - Paper collecting services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for Confidential Waste as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

A1 - General Waste, Recyclates & Recoverables - Edinburgh, Lothians, Borders & Stirlingshire

Lot No

1

II.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
  • UKM73 - East Lothian and Midlothian
  • UKM78 - West Lothian
  • UKM77 - Perth & Kinross and Stirling
  • UKM91 - Scottish Borders
  • UKM76 - Falkirk

II.2.4) Description of the procurement

The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Edinburgh, Lothians, Borders and Stirlingshire as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

Not Applicable

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

With reference to question 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following

supporting evidence prior to award:

ALL LOTS: Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

ALL LOTS: Product Liability Insurance = 5 000 000 GBP

ALL LOTS: Public Liability Insurance = 5 000 000 GBP

LOT C ONLY: Professional Indemnity Insurance = 1 000 000 GBP (for Schedule C - Chemical

Substances and Materials Only)

With reference to question 4B.6 of the SPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent if awarded the Framework Agreement to demonstrate financial stabilities.

Alternatively, if the Contractor is unable to provide the required accounting information, eg. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.

Please refer to 4B.6 of the SPD

III.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide

evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment

performance.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Submission of Management Information:

Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.

Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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: 23

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

Date

5 August 2024

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

5 August 2024

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48

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

Tenderers must be able to price and supply a minimum of:

62.5% of the institutions listed in Appendix E for Lot A5 and 100% of the institutions listed in Appendix E for Lot(s) A1 - A4.

Tenderer must also be able to provide services to 87.5% of the institutions listed in Appendix E for Lot(s) B-E.

*The percentage requirement of institutions is in relation to APUC full member institutions of which there are 35.

Tenderers must sign Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the Technical Questionnaire. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

The Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.

Tenderers must complete and return Appendix E - List of Institutions to confirm their ability to service the required coverage levels.

Please complete "Appendix G - Waste Stream Process Flowchart" it is for information only and will not be scored but it is a requirement of this tender.

Please complete “Appendix I – Declaration of Non-Involvement in Serious Organised Crime” in the Technical Questionnaire. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.

Please complete “Appendix J – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation” in the Technical Questionnaire. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.

Please complete “Appendix K – SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1” in the Technical Questionnaire. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms. Tenderers must complete the GDPR Contractor Assessment Form prior to contract award.

Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.

Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope in PSC-T. It is for information only and will not be scored.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26848. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

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

The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term

of the Framework Agreement. Examples of Community Benefits or social value are: providing training opportunities to staff and students

and investment in the local community.

(SC Ref:767825)

VI.4) Procedures for review

VI.4.1) Review body

APUC

Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ

Stirling

FK8 2DZ

Email

shammel [at] apuc-scot.ac.uk

Telephone

+44 1314428940

Country

United Kingdom

Internet address

http://www.apuc-scot.ac.uk