Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 21st Apr 2025
Reference | ocds-h6vhtk-05054a |
Common Procurement Vocabulary | Industrial machinery |
Procurement Method | Open procedure |
Value | £2,300,000 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 21st Apr 2025
Reference | ocds-h6vhtk-05054a |
Common Procurement Vocabulary | Industrial machinery |
Procurement Method | Open 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
ian.braker [at] highland.gov.uk
Telephone
+44 7442849669
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
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