Tender

Uplift of Glass from Recycling Points and Bulked Onward Transport

  • Falkirk Council

F02: Contract notice

Notice identifier: 2025/S 000-001074

Procurement identifier (OCID): ocds-h6vhtk-04b2fa

Published 13 January 2025, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Contact

CPU

Email

cpu@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

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