Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
Contact
CPU
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Uplift of Glass from Recycling Points and Bulked Onward Transport
Reference number
PS/360/25
two.1.2) Main CPV code
- 90512000 - Refuse transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Lot 1 is for a single provider to uplift glass from mixed glass recycling points throughout the Falkirk Council area and deposit at Household Waste Recycling centres. For Lot 2 a single provider will then uplift and transport to a suitably licensed treatment or end use facility.
two.1.5) Estimated total value
Value excluding VAT: £770,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Uplift glass from mixed glass recycling points
Lot No
1
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90710000 - Environmental management
- 90720000 - Environmental protection
- 90722000 - Environmental rehabilitation
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 60100000 - Road transport services
- 34928480 - Waste and rubbish containers and bins
- 14820000 - Glass
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Uplift glass from recycling point bottle banks and deposit the materials at Household Waste Recycling Centres.
two.2.5) Award criteria
Quality criterion - Name: Fulfil Collection Schedule and requests / Weighting: 2.5/20
Quality criterion - Name: Climate Change Mitigation / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - vehicles, procedures, risk assessment / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - contingency, staffing, haulage / Weighting: 2.5/20
Quality criterion - Name: Management Information / Weighting: 5/20
Quality criterion - Name: Fair Work First / Weighting: 5/20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Uplift and transport bulked glass from HWRC
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90710000 - Environmental management
- 90722000 - Environmental rehabilitation
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 60100000 - Road transport services
- 34928480 - Waste and rubbish containers and bins
- 14820000 - Glass
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Uplift of bulked glass from HWRC and transport to a suitably licensed treatment or end use facility
two.2.5) Award criteria
Quality criterion - Name: Fulfil collection requests / Weighting: 2.5/20
Quality criterion - Name: Climate change mitigation / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - vehicles, procedures, risk assessment / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - contingency, haulage, staffing / Weighting: 2.5/20
Quality criterion - Name: Management Information / Weighting: 5/20
Quality criterion - Name: Fair Work First / Weighting: 5/20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.
Bidder must hold a Waste Carrier Licence.
three.1.2) Economic and financial standing
List and brief description of selection criteria
A Credit safe credit scoring check will be ran on registered Company Name and Company Number 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 is 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
Buyer must have or commit to obtain the following insurances:-
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 5 Million GBP
Motor Insurance = Motor insurance allowing the carriage and uplift of goods as required by the contract and minimum requirements under UK legislation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 2
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035349
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 February 2025
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 February 2025
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: November 2028
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Bidder must hold a Waste Carrier Licence.
Bidder must hold or commit to obtain the insurances as detailed in PS 360 25 Appendix B SPD (Scotland) Standardised Statements.
A Creditsafe credit scoring check will be ran on registered Company Name and Company Number 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 is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed framework.
Bidders will be required to provide 2 examples from the past 3 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. Please see PS 360 25 Appendix B SPD (Scotland) Standardised Statements.
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency. Please see PS 360 25 Appendix B SPD (Scotland) Standardised Statements and the attached PS 360 25 Appendix C Bidder Relevant Contract Climate Change Plan Template.
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 360 25 Appendix B SPD (Scotland) Standardised Statements
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within PS 360 25 Appendix B SPD (Scotland) 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 360 25 Appendix B SPD (Scotland) 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=787576.
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:
Lot 1 only
The bidder is to detail the Community Benefits that they will supply if they were to be successful.
(SC Ref:787576)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=787576
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom