Section one: Contracting authority
one.1) Name and addresses
The Highland Council
Block A First Floor, Glenurquhart Road
Inverness
IV3 5NX
Contact
Special Projects Category Management Team
CPSSprocurement@aberdeencity.gov.uk
Telephone
+44 1463702386
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Residual Waste Treatment and Disposal 2021 - CPwN
Reference number
HC/C&P/WMS-RWTRD/2021
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area.
The Authority wishes to invite tender proposals for either or both of the following:
- Option A Core Services - Treatment and Disposal of Residual Waste without Haulage;
- Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste).
Tenderers are to note that this Procurement is being conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.
two.1.5) Estimated total value
Value excluding VAT: £66,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
The Highland Council area
two.2.4) Description of the procurement
The Authority has a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area.
The Authority wishes to invite tender proposals for either or both of the following:
- Option A Core Services - Treatment and Disposal of Residual Waste without Haulage;
- Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste).
The Authority hopes that under option B Optional Services will allow the market to provide an innovative response to the Haulage element, providing other alternatives to the traditional route of road for example, or a mixed provision of road, rail, sea and for example electric vehicles, to contribute to the reduction of the environmental impact and the carbon emissions through option B.
Tenderers are to note that this Procurement is being conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2027
This contract is subject to renewal
Yes
Description of renewals
With an option to extend by up to thirty-six (36) months, subject to mutual agreement
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Please refer to the The Single Procurement (Scotland) Document [SPD] Instructions document.
two.2.10) Information about variants
Variants will be accepted: Yes
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 refer to the The Single Procurement (Scotland) Document [SPD] Instructions document.
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
FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE), YOU MUST:
- Provide a copy of a current Pollution Prevention and Control (PPC) Permits and or Waste Management Licence (WML);
FOR OPTION B OPTIONAL SERVICES ONLY, YOU MUST:
- provide a copy of a current Waste Carrier’s Registration (WCR);
- provide a copy of a current Goods Vehicle Operator (GVO) Licence.
IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Tenderers must have as a minimum -
FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE):
- 10,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim; and
- 15,000,000 GBP Public Liability Insurance for each and every claim;
- PROVIDE THE ORGANISATIONS (“GENERAL”) YEARLY TURNOVER FOR THE LAST THREE (3) FINANCIAL YEARS;
THE AUTHORITY WILL USE AN INDEPENDENT CREDIT SCORING ORGANISATION, CREDITSAFE, TO CHECK THE FINANCIAL STATUS OF THE WINNING TENDERER. To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Authority shall take a view on the risk to the Authority should the winning tenderer credit rating fall below this and may involve further detailed financial checking/assessment.
Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the tenderer shall be disqualified;
FOR OPTION B OPTIONAL SERVICES ONLY:
- Third Party Motor Vehicle Liability Insurance to a minimum indemnity limit of 15,000,000 GBP for each and every claim in respect of property damage, without limit to the number of claims, unlimited in respect of personal injury.
IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE):
Tenderers must have relevant experience to deliver the Services as described and must provide the following:
- PROVIDE A COPY OF THE ORGANISATIONS CURRENT HEALTH AND SAFETY POLICY - the tenderer must have under the organisations Health and Safety (H&S) procedures a regularly reviewed and documented policy for Health and Safety 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;
- PROVIDE A COPY OF THE ORGANISATIONS CURRENT ENVIRONMENTAL MANAGEMENT POLICY - the tenderer must have under the organisations Environmental Management Systems or Standards a regularly reviewed documented policy regarding Environmental Management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
- PROVIDE A COPY OF THE ORGANISATIONS CURRENT QUALITY ASSURANCE SCHEME AND OR QUALITY MANAGEMENT POLICY - the tenderer must have a documented policy regarding Quality Management. The policy must set out responsibilities for Quality Management demonstrating that the organisation has, and continues to implement, a Quality Management Policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for Quality Management throughout the organisation.
- PROVIDE TWO (2) RELEVANT EXAMPLES OF SERVICES CARRIED OUT IN THE PAST THREE (3) YEARS;
- PROVIDE DETAILS OF CURRENT AVERAGE ANNUAL MANPOWER FOR THE LAST THREE (3) YEARS;
- PROVIDE CURRENT DETAILS OF RELEVANT TOOLS, PLANT OR TECHNICAL EQUIPMENT AVAILABLE TO DELIVER THE REQUIREMENTS FOR THE SERVICES SPECIFIED;
- PROVIDE DETAILS OF THE NAMES OF THE SUB-CONTRACTOR(S) YOU INTEND TO USE, the nature of the Services being sub-contracted and which part/s of the contract the sub-contractor(s) will deliver and approximate value.
IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE), YOU MUST:
- Provide a copy of a current Pollution Prevention and Control (PPC) Permits and or Waste Management Licence (WML);
FOR OPTION B OPTIONAL SERVICES ONLY, YOU MUST:
- provide a copy of a current Waste Carrier’s Registration (WCR);
- provide a copy of a current Goods Vehicle Operator (GVO) Licence.
IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH.
three.2.2) Contract performance conditions
Tenderers are directed to the Tender Documents which they must comply with.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
6 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 August 2021
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: 28 April 2023
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
The buyer is using PCS-Tender to conduct this tender exercise. The Project code is 19215 For more information see the SPD-Instructions document and For further information on using PCS-Tender, please contact the PCS-Tender Team pcs-tender@gov.scot
Tenderers 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows:
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 5523. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Sustainability and Community Benefits as well as Fair Work Practices are stated within the Tender Documents.
(SC Ref:660298)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom