Tender

Purchase of 3 Ejection Trailers

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2021/S 000-016388

Procurement identifier (OCID): ocds-h6vhtk-02c776

Published 13 July 2021, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Nicola Simpson

Email

NSimpson@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Purchase of 3 Ejection Trailers

Reference number

PKC11532

two.1.2) Main CPV code

  • 34223300 - Trailers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to produce, deliver and install three ejection trailers for waste disposal.

two.1.5) Estimated total value

Value excluding VAT: £197,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34223300 - Trailers

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling

two.2.4) Description of the procurement

Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to produce, deliver and install three ejection trailers for waste disposal.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £197,000

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

Duration in months

2

This contract is subject to renewal

No

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


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

N/A

three.1.2) Economic and financial standing

List and brief description of selection criteria

Suppliers will be requested to provide confirmation within the tender submission that the stated financial ratio tests are met.

Employer's Liability Insurance

Public Liability Insurance

Minimum level(s) of standards possibly required

Current Ratio it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Net Assets (Net Worth) it is expected that the Net Worth will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

Employer's Liability Insurance - 10 million GBP

Public Liability - 5 million GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Technical Experience

Quality Management

Health & Safety

Environmental Management

Minimum level(s) of standards possibly required

Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver similar services as that detailed within the description of requirements as part of the Specification documents.

Examples should include details of provision of the same or similar products as detailed in the specification.

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. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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.

b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery.

e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis.

Health and Safety Procedures

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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 (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.

4D.2 The Bidder must be able to produce certifications drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards.

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

Or

2. The bidder must have the following:

a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent.

b. Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment.

e. Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals.


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

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

four.2.7) Conditions for opening of tenders

Date

13 August 2021

Local time

12:00pm


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 ITT exercise. The Project code is 19189. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Suppliers will be required to provide details of what Community Benefits they will offer if successful.

(SC Ref:660382)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

Tay Street

Perth

PH2 8NL

Country

United Kingdom