Construction Tenders

24 April 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 21st Apr 2025

Tender Details
Referenceocds-h6vhtk-05054a
Common Procurement VocabularyIndustrial machinery
Procurement MethodOpen procedure
Value£2,300,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 21st Apr 2025

Tender Details
Referenceocds-h6vhtk-05054a
Common Procurement VocabularyIndustrial machinery
Procurement MethodOpen procedure
Value£2,300,000

Section I: Contracting authority

I.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5NX

Contact

Ian Braker

Email

ian.braker [at] highland.gov.uk

Telephone

+44 7442849669

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.highland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

I.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other activity

Waste Management


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The purchase and maintenance of Shredders for pre-treating Bulky Waste

Reference number

THC/OM/SHRED/2025

II.1.2) Main CPV code

  • 42000000 - Industrial machinery

II.1.3) Type of contract

Supplies

II.1.4) Short description

This contract is for a supplier to provide to the Council two (2) industrial shredders capable of reducing in size, primarily, bulky waste (e.g. furniture, mattresses, toys etc) and Upholstered Furniture (contaminated with Persistent Organic Pollutants, or POPs), in a manner that meets statutory environmental regulations and guidance, in advance of being sent for further treatment. The contract includes both a purchase element of the shredders (which includes any ancillary equipment to manage POPs containing upholstered furniture) and then a servicing and repair element up to a maximum of fifteen years in duration (with review periods every five years).

II.1.5) Estimated total value

Value excluding VAT: £2,300,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 42000000 - Industrial machinery

II.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

Highland Area

II.2.4) Description of the procurement

This contract is for a supplier to provide to the Council two (2) industrial shredders capable of reducing in size, primarily, bulky waste (e.g. furniture, mattresses, toys etc) and Upholstered Furniture (contaminated with Persistent Organic Pollutants, or POPs), in a manner that meets statutory environmental regulations and guidance, in advance of being sent for further treatment. The contract includes both a purchase element of the shredders (which includes any ancillary equipment to manage POPs containing upholstered furniture) and then a servicing and repair element up to a maximum of fifteen years in duration (with review periods every five years).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £2,300,000

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

Duration in months

180

This contract is subject to renewal

No

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

II.2.14) Additional information

N/A


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

N/A

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Insurance:

Tenderers must hold a minimum

5,000,000 GBP Employers Liability Insurance

5,000,000 GBP Public Liability Insurance

5,000,000 GBP Products Liability Insurance

Financial:

The Council will use an independent credit scoring organisation, namely Equifax, to conduct appropriate financial probity checks. You must score a risk rating of low risk in order to be considered for Contract award.

If the Credit Report contains a risk rating between moderate risk and very high risk, you will be given an opportunity to provide additional information which will be taken into account during the Council’s assessment.

Where additional supporting information does not satisfy the Council that that the risk is mitigated you shall be allocated a mark of fail and subsequently disqualified.

III.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Experience:

You must submit two examples of providing equivalent or similar services within the last 3 years.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per information contained within Contract Documents


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

Date

29 May 2025

Local time

12:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

29 May 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Community Benefits will be part of this procurement

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=796663.

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.

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:

Please see Contract Documents

(SC Ref:796663)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=796663

VI.4) Procedures for review

VI.4.1) Review body

Local Sheriff Court

Inverness

Country

United Kingdom