Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Finance and Corporate Resources Almada Street
Hamilton
ML3 0AB
Procurement_Service@southlanarkshire.gov.uk
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
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.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.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
Council Buildings Waste
Reference number
SLC/PS/COMENT/20/079
two.1.2) Main CPV code
- 90511000 - Refuse collection services
two.1.3) Type of contract
Services
two.1.4) Short description
South Lanarkshire Council invites offers from suitably qualified service providers to collect “Contract Waste” from its buildings and to recycle, treat or dispose of it in a manner appropriate to each particular waste stream. Bidders are specifically referred to the definition of “Contract Waste” in the Conditions of Contract. The Service is currently provided to Circa 442 premises across South Lanarkshire. "Contract Waste" currently includes three separate waste streams - Residual Waste, Recyclable Waste and Food Waste.
NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
South Lanarkshire area and it's boundaries
two.2.4) Description of the procurement
There are circa 442 premises that require waste collection services under the proposed contract. These premises are located throughout South Lanarkshire in urban and rural areas and the collection requirements (in terms of waste streams and frequencies) can be varied.
Refuse collection services. Refuse disposal and treatment. Refuse recycling services. The purpose of this contract is to secure the services of a contractor(s) to deliver the service across South Lanarkshire. In line with all statutory requirements and legal obligations, the successful contractor(s) will be required to collect residual waste, mixed recyclate and food waste where appropriate, through separate uplifts for each stream from properties owned or operated by the Council or its associated bodies. N.B Estimated cost per annum is only a guide.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery Plan / Weighting: 50
Quality criterion - Name: Contract Reporting and Monitoring / Weighting: 25
Quality criterion - Name: Sustainability and Climate Change / Weighting: 15
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Working Practices / Weighting: 5
Price - Weighting: 65
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract is for 5 years with the option to extend for up to 24 months at the sole discretion of the Council.
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.2.14) Additional information
Please note total quality section weightings add to 100% - Quality overall weighting is 35% and Price is 65% weighting
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 Councils satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
SPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
SPD Question 4B.4 Economic and Financial Standing
SPD Question 4B.5 Insurance
Minimum level(s) of standards required:
SPD Question 4B.4 Economic and Financial Standing.
The Council will use the following ratios to evaluate a bidders financial status:
Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio
Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Bidders must provide the name and state the value of each of the 3 ratios within their response to SPD question 4B.4.
The Council requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes "marginal"?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?
Do the bidder's auditors (where applicable) consider it to be a "going concern"?
Do Keynote (where applicable) consider the bidder to be a "going concern"?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided.
SPD Question 4B.5 Insurance
The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
Minimum level(s) of standards required:
- SPD Question 4C.1.2 Technical and Professional Ability
With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. You must describe in sufficient detail your experience in terms of the specific services directly relevant to this requirement. Particular reference should be made to the handling of municipal waste The number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured.
- SPD Question 4C.6 Technical and Professional Ability (Qualifications)
The bidder as a company will hold the following educational or professional qualifications:
- Waste Carrier Registration
- A Waste Management Licence for each site utilised including a list of categories which can be accommodated by the operator
- A Goods Vehicle Operators Licence
- SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
- SPD Question 4D.1 Quality Assurance Schemes
It is a requirement of this tender that the bidder recommended for award holds the required Quality Assurance scheme membership as detailed in the tender document.
- SPD Question 4D.2 Environmental Management Standards
It is a requirement of this tender that the bidder provides robust information including the required environmental standard/accreditation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2021/S 000-002351
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The contract is initially for 5 years with up to 24 months extension, estimated time for further notice will be either 2025 or 2027 depending on if up to 24 months is accepted by the Council.
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
SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol
It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.
Declarations and Certificates
In an open tendering procedure prior to any award being made the successful bidder, or if restricted tendering procedure prior to the issue of invitation to tender the bidders who are being recommended for issue of tenders, and all bidders at any other time during the procurement process, will in addition provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18208. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not Required
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows:
Community Benefits Evaluation
The Council has calculated that the minimum total of 250 community benefit points which must be delivered under this contract.
Bidders are asked in section 2.5 of the Technical Envelope to identify what community benefits they propose to deliver within the duration of this contract and to submit a method statement setting out how the community benefits offered will be achieved. Bidders should note that the failure to upload the community benefits method statement as part of the Technical Envelope may result in the tender being excluded from further consideration.
(SC Ref:652857)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 OBT
hamiltoncivl@scotcourts.gov.uk
Fax
+44 1698282957
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House, Parliament Square,
Edinburgh
EH1 1RQ
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Country
United Kingdom