Opportunity

Radio Frequency Identification (RFID) tags for communal and wheeled bins

  • Aberdeen City Council

F02: Contract notice

Notice reference: 2022/S 000-016819

Published 20 June 2022, 2:28pm



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

lflett@aberdeencity.gov.uk

Telephone

+44 1467539600

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeencity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

Radio Frequency Identification (RFID) tags for communal and wheeled bins

two.1.2) Main CPV code

  • 32260000 - Data-transmission equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The successful tenderer will provide 16,000 RFID tags for plastic and metal bins and the associated hardware and for 21 refuse collection vehicles. Subject to the option being exercised at the Council’s sole discretion, the successful tenderer may also be required to configure and install an estimated 14,500 RFID tags to the domestic communal bins and trade bins situated within Aberdeen City. The Council may also require the Supplier to deliver additional quantities of the hardware throughout the duration of the Contract.

The successful contractor will also provide a suitable and secure frequent transfer of data collected to the Council’s current waste collection system (Bartec).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32270000 - Digital transmission apparatus

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance

Aberdeen City

two.2.4) Description of the procurement

The successful tenderer will provide 16,000 RFID tags for plastic and metal bins and the associated hardware and for 21 refuse collection vehicles. Subject to the option being exercised at the Council’s sole discretion, the successful tenderer may also be required to configure and install an estimated 14,500 RFID tags to the domestic communal bins and trade bins situated within Aberdeen City. The Council may also require the Supplier to deliver additional quantities of the hardware throughout the duration of the Contract.

The successful contractor will also provide a suitable and secure frequent transfer of data collected to the Council’s current waste collection system (Bartec).

two.2.5) Award criteria

Quality criterion - Name: Method Statement 1 – Provision of goods and services / Weighting: 30

Quality criterion - Name: Method Statement 2 – Vehicles Reader Installation / Weighting: 25

Quality criterion - Name: Method Statement 3 – Licencing/data transfer / Weighting: 20

Quality criterion - Name: Method Statement 4 – Configuration & Installation of RFID Tags / Weighting: 20

Quality criterion - Name: Method Statement 5 – Sustainability, Community Benefits, Fair Work and Environmental / Weighting: 5

Price - Weighting: 70%

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The Council shall have the sole option of extending the Contract and any ancillary agreements for a further period(s) to a maximum of 24 months after the expiry of the term.

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

The bidder should 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. 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. 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.

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 ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints

If the bidder intends to subcontract, please complete a separate SPD for that supplier and complete parts SPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria;

Please provide 3 examples of where you have delivered the Council’s requirement preferably within the public sector.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic and Financial Standing – The Council shall carry out a credit check using Creditsafe, should it be required the bidder may be contacted for further financial information.

Insurances required:

The supplier’s liability in contract, delict (including without limitation negligence or breach of statutory duty howsoever arising), misrepresentation (whether innocent or negligent), restitution or otherwise, arising in connection with the performance or contemplated performance of this agreement shall be limited to the value equal to 175% of the total value of the Contract.

For a period of 12 months from the date of supply of the equipment or a period equal to such extended period that the Council shall in its sole discretion decide to purchase, the Supplier shall maintain in force, with a reputable insurance company product liability insurance and public liability insurance to cover the liabilities that may arise under or in connection with 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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 July 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

22 July 2022

Local time

12:00pm

Place

Aberdeen City


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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=697601.

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:697601)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court

Aberdeen City

Country

United Kingdom