Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
diane.rotherham@aberdeenshire.gov.uk
Telephone
+44 1467530600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeenshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
one.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
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
Invitation to Tender for the Treatment & Recycling/Recovery of Wood Waste from Household Recycling Centres
Reference number
000-JCKX6723
two.1.2) Main CPV code
- 90514000 - Refuse recycling services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Invitation to Tender (“ITT”) is to invite tenders for the provision of a service to treat and recycle/recover wood waste collected at the Household Recycling Centres in Aberdeenshire in accordance with the requirements detailed in the attached ITT.
two.1.5) Estimated total value
Value excluding VAT: £400,000
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
Treatment & Recycling/Recovery of Wood Waste from Household Recycling Centres - North/Central Area
Lot No
1
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
North/Central Aberdeenshire
two.2.4) Description of the procurement
To treat and recycle/recover approximately 4,000 tonnes of wood waste collected at Household Recycling Centres in the north and central area of Aberdeenshire. Full details of the requirement can be found in the attached Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
31 August 2024
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58, Public Contract (Scotland) Regulations 2015. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties to ensure that all third parties comply with the requirements for holding necessary exemptions, licences &/or PPC permits.
two.2) Description
two.2.1) Title
Treatment & Recycling/Recovery of Wood Waste from Household Recycling Centres - South Area
Lot No
2
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
South Aberdeenshire
two.2.4) Description of the procurement
To treat and recycle/recover approximately 1,500 tonnes of wood waste collected at Household Recycling Centres in the south area of Aberdeenshire. Full details of the requirement can be found in the attached Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
31 August 2024
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58, Public Contract (Scotland) Regulations 2015. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties to ensure that all third parties comply with the requirements for holding necessary exemptions, licences &/or PPC permits.
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
Bidders are required to provide a certificate from the registrar of companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name (SPD - Question 4.B.5.1)
three.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers (Compulsory) Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements.
Public Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements.
(SPD - Question 4B.5.1)
The Council will use an independent credit scoring organisation, namely Creditsafe, to conduct appropriate financial probity checks. To minimise risk of failure, the desired risk score should not be below 30 (moderate risk). The Council will take a view on the risk to the Council should the winning bidder credit rating fall below this and may involve further detailed financial checking/assessment. This may result in your tender being rejected.
(SPD - Question 4B.6)
Minimum level(s) of standards possibly required
Insurance Requirement:
-Employers (Compulsory) Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements.
-Public Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements.
Financial Check:
-To minimise risk of failure, the desired risk score should not be below 30 (moderate risk).
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to be provide 3 examples that demonstrate that they have relevant experience to deliver the service.
Bidders will be required to demonstrate how they will employ environmental management measures that meet the requirements as set out in SPD Question 4C.7.
Bidders will be required to demonstrate that they have (or have access to) the relevant plant or technical equipment to deliver the requirements detailed in Appendix 1 Statement of Requirements of the ITT as per SPD Question 4C.9.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract as per SPD Question 4C.10.
The bidder must have the following:
-A documented policy regarding quality management as detailed in SPD Question 4D.1.
-A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery as detailed in SPD Question 4D.1.
-Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid as detailed in SPD Question 4D.1.
-A documented process demonstrating how the bidder deals with complaints as detailed in SPD Question 4D.1.
Health & Safety
The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (“method statements”) and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent.
The bidder must have the following:
-A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent as detailed in SPD Question 4D.2.
-Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment as detailed in SPD Question 4D.2.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Tenderers must be able to provide an Account Representative, who will be the primary point of contact between the Tenderer & the Council. The Council will review the performance of the Services from time to time to ensure that they continue to meet the requirements of the Council. The quality of the Services shall be measured by the extent to which they accord with the standards & timescales included within the Specification & the Response & to accepted professional standards.
Key performance criteria include Cost - ability to conform to the agreed pricing terms and invoice accuracy; Quality – that the contract remains fit for purpose of the Service which includes continued compliance with legislative requirements for the treatment/recycling of wood waste; Service – ability to comply with the requirements of the provision of services, handling of complaints, along with effective and responsive account management including the provision of on time monthly reporting.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2021
Local time
5:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 August 2021
Local time
5:00pm
Place
Electronic Postbox
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Please see attached Invitation to Tender for additional information.
Questions of any nature in relation to this tender exercise and associated documents must be raised using the Question & Answer facility provided only. Direct communication from an economic operator with any member of staff at Aberdeenshire Council in relation to this tender exercise is prohibited and may result in that economic operator’s exclusion from any further part in the process. Furthermore, any potential errors or omissions within the tender documentation issued by Aberdeenshire Council that is identified by economic operators must be raised with Aberdeenshire Council using the Question & Answer facility as soon as it has been identified. If an economic operator submits their tender response having applied their own assumed correction to any document, it may result in the rejection of their tender.
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=659652.
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.
(SC Ref:659652)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
Country
United Kingdom