Opportunity

Treatment of Post-Consumer Recyclates

  • North Ayrshire Council

F02: Contract notice

Notice reference: 2023/S 000-015238

Published 30 May 2023, 11:39am



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Contact

Lynsey Bennett

Email

lynseybennett@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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

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

Treatment of Post-Consumer Recyclates

Reference number

NAC/5144

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

North Ayrshire Council seek bids for the treatment of post-consumer recyclates collected in the North Ayrshire area. The requirement is split in to the following Lots:

- Lot 1 - Treatment of post-consumer mixed papers and cardboard

- Lot 2 - Treatment of post-consumer mixed plastics, cartons, cans and glass

- Lot 3 - Treatment of post-consumer comingled dry recyclable waste

- Lot 4 - Treatment of all streams

The contract is anticipated to commence on 1st October 2023 for a period of 1 year (until 30th Sept 2024) with the option to extend for up to a further 36 months. The paper and card stream will commence on the 1st December 2023 until 30th Sept 2024) and will also have an option to extend for up to a further 36 months thereafter.

The Council reserves the right to award any combination of Lots and Pricing Options. Lot 4 (All Streams) will only be awarded where the Council identifies this as Best Value overall. In this circumstance, the Council reserves the right not to make any award under Lots 1, 2 and/or 3.

Bids can be submitted on the basis of two pricing options;

Pricing Option 1 - Uplift recyclate from Council Delivery Point - Council will operate bulking facility and load Supplier’s vehicles who will collect and transport recyclate from Shewalton Waste Transfer Station to a suitably licensed Treatment Facility for processing.

Pricing Option 2 - Direct tip at Supplier’s Delivery Point - The Supplier is required to make available a Delivery Point to accept recyclate within:

a) the Council Area Boundary or;

b) a maximum of 15 miles from the Council’s Delivery Point (KA11 5DF)

The tonnages provided give an indication of the likely tonnages from the Council, however tonnages are likely to vary over the duration of the contract. As such, no minimum tonnage guarantee or commitment to the level of tonnage can be given.

The contract will be let under North Ayrshire Council's Terms and Conditions 2 (NAC TC2) Conditions of Contract for the Purchase of Services.

two.1.5) Estimated total value

Value excluding VAT: £938,898

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

Lot 1 - Treatment of Mixed Papers and Cardboard

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

North Ayrshire

two.2.4) Description of the procurement

Lot 1 includes the treatment of post-consumer mixed papers and cardboard (estimated 5,400 tonnes).

This material stream will consist of newspapers, magazines, card from packaging, papers, shredded paper, cardboard, phone books, brochures and other paper derived materials.

The tonnages provided give an indication of the likely tonnages from the Council, however tonnages are likely to vary over the duration of the contract. As such, no minimum tonnage guarantee or commitment to the level of tonnage can be given.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

Start date

1 December 2023

End date

30 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contract for the paper and card material stream will commence on 1st December 2023 until 30th September 2024 with the option to extend for up to a further 36 months thereafter.

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

The Council reserves the right to award any combination of Lots and Pricing Options. Lot 4 (All Streams) will only be awarded where the Council identifies this as Best Value overall. In this circumstance, the Council reserves the right not to make any award under Lots 1, 2 and/or 3.

two.2) Description

two.2.1) Title

Lot 2 - Treatment of Post-Consumer Mixed Plastics, Cartons, Cans and Glass

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

North Ayrshire

two.2.4) Description of the procurement

Lot 2 includes the treatment of post-consumer mixed plastics, cartons, cans and glass (estimated 7,300 tonnes).

This material stream will consist of mixed plastic (bottles, containers, tubs, trays and pots, film) cartons, metal cans and glass bottles and jars.

The tonnages provided give an indication of the likely tonnages from the Council, however tonnages are likely to vary over the duration of the contract. As such, no minimum tonnage guarantee or commitment to the level of tonnage can be given.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

Start date

1 October 2023

End date

30 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contract for the mixed plastics, cartons, cans and glass material stream will commence on 1st October 2023 until 30th September 2024 with the option to extend for up to a further 36 months thereafter.

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

The Council reserves the right to award any combination of Lots and Pricing Options. Lot 4 (All Streams) will only be awarded where the Council identifies this as Best Value overall. In this circumstance, the Council reserves the right not to make any award under Lots 1, 2 and/or 3.

two.2) Description

two.2.1) Title

Lot 3 - Treatment of Post-Consumer Comingled Dry Recyclable Waste

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

North Ayrshire

two.2.4) Description of the procurement

Lot 3 includes the treatment of post-consumer comingled dry recyclable waste (estimated 1,500 tonnes).

This material stream will consist of mixed plastic (bottles, containers, tubs, trays and pots, film), cartons, metal cans and glass bottles and jars. newspapers, magazines, card from packaging, papers, shredded paper, cardboard, phone books, brochures and other paper derived materials.

The tonnages provided give an indication of the likely tonnages from the Council, however tonnages are likely to vary over the duration of the contract. As such, no minimum tonnage guarantee or commitment to the level of tonnage can be given.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

Start date

1 October 2023

End date

30 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contract for the comingled dry recyclable waste stream will commence on 1st October 2023 until 30th September 2024 with the option to extend for up to a further 36 months thereafter.

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

The Council reserves the right to award any combination of Lots and Pricing Options. Lot 4 (All Streams) will only be awarded where the Council identifies this as Best Value overall. In this circumstance, the Council reserves the right not to make any award under Lots 1, 2 and/or 3.

two.2) Description

two.2.1) Title

Lot 4 - Treatment of All Streams

Lot No

4

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

North Ayrshire

two.2.4) Description of the procurement

Lot 4 includes the treatment of all material streams (see estimated tonnages under Lots 1-3).

This material stream will consist of all the materials identified under Lots 1-3.

The Council reserves the right to award any combination of Lots and Pricing Options. Lot 4 (All Streams) will only be awarded where the Council identifies this as Best Value overall. In this circumstance, the Council reserves the right not to make any award under Lots 1, 2 and/or 3.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

Start date

1 October 2023

End date

30 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contract for the treatment of post-consumer recyclates (all streams) will commence on 1st October 2023 until 30th September 2024 with the option to extend for up to a further 36 months. The paper and card stream will commence on 1st December 2023 until 30th September 2024 with the option to extend for up to a further 36 months thereafter.

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

The Council reserves the right to award any combination of Lots and Pricing Options. Lot 4 (All Streams) will only be awarded where the Council identifies this as Best Value overall. In this circumstance, the Council reserves the right not to make any award under Lots 1, 2 and/or 3.


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

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

Bidders will be required to have a minimum yearly “specific” turnover for the last 3 years in the business area covered by the contract. (Turnover requirements: Lot 1 = 227,373 GBP, Lot 2 = 4,531 GBP, Lot 3 = 256,081 GBP, Lot 4 = 478,923 GBP)

North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10M GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance 10M GBP in respect of any one event

Professional Indemnity Insurance 5M GBP in the aggregate

Third-Party Motor Vehicle Insurance

A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.

Bidders are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:

- a completed copy of the Bidder ‘priority contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


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: 3

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

Date

10 July 2023

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

Tender must be valid until: 29 September 2023

four.2.7) Conditions for opening of tenders

Date

10 July 2023

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: May/June 2027

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

Quality Management Procedures

1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24131. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community benefits will be required on a mandatory / voluntary basis (Lot dependent) for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:731627)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/