Tender

Provision of a Reverse Vending Machine and Associated Infrastructure

  • Zero Waste Scotland Ltd

F02: Contract notice

Notice identifier: 2022/S 000-015613

Procurement identifier (OCID): ocds-h6vhtk-032908

Published 7 June 2022, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Zero Waste Scotland Ltd

Ground Floor, Moray House, Forthside Way

Stirling

FK8 1QZ

Email

procurement@zerowastescotland.org.uk

Telephone

+44 1786433930

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.zerowastescotland.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802

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

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Reverse Vending Machine and Associated Infrastructure

Reference number

O3T1-P5-22.01

two.1.2) Main CPV code

  • 42933000 - Vending machines

two.1.3) Type of contract

Supplies

two.1.4) Short description

Open Tender following a preliminary market consultation for the provision of a Reverse Vending Machine and associated infrastructure to support delivery of a community return scheme on Orkney.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services
  • 75200000 - Provision of services to the community
  • 98133100 - Civic betterment and community facility support services
  • 85322000 - Community action programme

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands

two.2.4) Description of the procurement

This is a Single Stage ("Open") tender conducted using the Public Contracts Scotland (PCS) portal and the Find a Tender Service (FTS) for above threshold contracts, in accordance with the Public Contracts (Scotland) Regulations 2015.

Zero Waste Scotland Limited invites tenders from capable and experienced suppliers for the provision of a Reverse Vending Machine (RVM), including the associated infrastructure, to be tested and fully operational for the launch of the Orkney Container Return Initiative (OCRI) in November 2022.

The supplier will thereafter be required to provide local support services to ensure the RVM is well maintained and safe to use at all times before decommissioning and removing all equipment and infrastructure at the conclusion of the initiative.

Further details of the specification of requirements, the award criteria, and the evaluation and award processes are provided in the Additional Documents to this Contract Notice.

two.2.5) Award criteria

Quality criterion - Name: Quality Criteria / Weighting: 75

Price - Weighting: 25

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

Start date

15 August 2022

End date

16 September 2023

This contract is subject to renewal

Yes

Description of renewals

The Client may choose to extend this Contract for the continued provision of the requirements and to help facilitate the decommissioning of the initiative and / or the transfer to Scotland’s Deposit Return Scheme. A further three (3) monthly extension options are provided in this Contract for that purpose, to the maximum of 16 December 2023.

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 of the Public Contracts (Scotland) Regulations 2015.


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

III.1.1 of the Contract Notice is not applicable to this procurement procedure.

Section A of Part IV of the Single Procurement Document (SPD) (Scotland) is not being used for this contract opportunity.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria for Section B of Part IV of the SPD (Scotland) are included in the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure.

Minimum level(s) of standards possibly required

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

Employer’s (Compulsory) Liability Insurance = 5 000 000.00 GBP

Public Liability Insurance = 5 000 000.00 GBP

Professional Indemnity Insurance = as noted in the procurement documents

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

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria for Sections C and D of Part IV of the SPD (Scotland) are included in the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure.

Minimum level(s) of standards possibly required

Suppliers should refer to the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure for confirmation of the questions on technical and professional ability and how the information provided in response will be evaluated.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2022/S 000-008813

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

Date

11 July 2022

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please read the additional documents provided with this Contract Notice carefully. These include details and information on:

– the background to this procurement,

– the goods and services required,

– requirements and expectations for quality and contract management,

– selection and award criteria (including the relevant evaluation methodologies),

– the Terms and Conditions of the anticipated Contract, and

– how to participate in this procurement procedure

Any questions or clarifications on the content of these additional documents and / or this Contract Notice should be raised using the Ask a Question facility provided with the Contract Notice on the Public Contracts Scotland web portal only and must be received before the stated deadline for questions. This includes any request to modify or vary the terms and conditions of contract.

You should use the templates provided for preparing your technical and commercial responses, for providing information on your business and any commercially confidential elements of your tender submission, and for the relevant declarations.

You may provide responses for either of the preferred solution types identified in the Section 2 - Specification document. However, these must be uploaded as separate parts to your tender submission and clearly labelled to identify which solution type the response relates to, for evaluation purposes. We reserve the right to reject any tender submission that includes responses to both solution types.

Zero Waste Scotland is generally unable and unwilling to respond to questions or requests for clarification received by any other means, including after the deadline for clarifications has passed, and will not enter into negotiation on any terms or conditions of contract after that time.

Zero Waste Scotland received three (3) questionnaire responses as the result of the pre-market consultation exercise - from RVM Supply Limited (Infrastructure Supply) and Employability Orkney (Infrastructure Supply and Community Benefits). The information provided in those questionnaire responses has been used to inform but has not influenced the development of the procurement documents in favour of any potential supplier and / or community interest group.

Zero Waste Scotland intends to award a contract as a result of this tendering procedure but is not obliged to accept any tender submission.

An anticipated timetable for this procurement procedure is provided in the Invitation to Tender document.

Please do not contact Zero Waste Scotland following the deadline for tender submissions to enquire if or when a decision will be made as we are generally unable and unwilling to respond.

Your tender submission may be ruled non-compliant where you fail to follow the instructions and / or use the template documents provided in the procurement documents, unless alternative instructions and / or approaches to preparing a tender response have been agreed and communicated as appropriate through this Contract Notice.

Direct approaches to Zero Waste Scotland or any of its management or staff regarding this procurement procedure may be considered an attempt to influence the outcome of the procurement procedure and may lead to your tender submission being disqualified.

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=693113.

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:693113)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=693113

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court and Justice of the Peace Court

Stirling

Country

United Kingdom