Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Annie Nettleton
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
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
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
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Residual Waste Treatment
Reference number
PKC10818
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at recycling centres.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross Council area
two.2.4) Description of the procurement
This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at Recycling Centres.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35
Price - Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
The initial contract period is for 10years with the option to extend for a total period of up to 5 years.
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
The anticipated value and contract period includes extension options.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance
It is a requirement if 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
Public Liability Insurance
Third party motor vehicle liability insurance
Bidders will be required to have a yearly turnover of a minimum of 7.5m GBP in each of the last three years
Bidders will be required to state the values for the following for the last three financial years:
Current Ratio (Current Assets divided by Current Liabilities)
Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
The Council will download a Dun & Bradstreet (D&B) Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the D&B assessment of business failure is regarded as ‘High’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate-High’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.
Minimum level(s) of standards possibly required
Insurance
It is a requirement if 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 = 10 Million GBP
Public Liability Insurance = 5 Million GBP
Third party motor vehicle liability insurance = 5 Million GBP
Economic and Financial Standing
Bidders will be required to have a yearly turnover of a minimum of 7.5million GBP in each of the last three years.
Bidders will be required to state the values for the following for the last three financial years:
Current Ratio (Current Assets divided by Current Liabilities)
Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
The acceptable range is:
Current Ratio – it is expected that the ratio is equal to or greater than 0.90, i.e. the value of Current Assets is almost equal to, or greater than, Current Liabilities in each of the three years. 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 for each of the three years will be positive, i.e. a Net Assets position. 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.
The Council will download a Dun & Bradstreet (D&B) Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the D&B assessment of business failure is regarded as ‘High’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate-High’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Section C relates to Tenderers’ technical and professional ability. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Section D relates to Tenderers’ quality assurance schemes and environmental management standards.
Quality Management Procedures
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
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.
Environmental Management
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).
Minimum level(s) of standards possibly required
Technical Experience
Please provide 2 or more examples including experience with thermal treatment or waste treatment and processing in the last 3 years.
OR
The bidder must have the following:
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.
c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance.
d. 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.
e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis.
f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
g. A documented process demonstrating how the bidder deals with complaints.
Health & Safety
b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents.
c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance.
d. Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid.
e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid.
f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance.
g. Documented arrangements for involving the bidder’s workforce in the planning and implementation of H&S measures.
h. Documented procedures for recording accidents/incidents and undertaking follow-up action.
i. Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged.
j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary.
k. Documented arrangements for co-operating and co-ordinating the bidder’s work with other suppliers.
Environmental Management
b. Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment.
c. Documented arrangements for providing employees with training and information on environmental issues.
d. Documented arrangements for checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation.
e. Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation.
f. Procedures for dealing with waste (e.g. waste management plans, waste segregation,
recycling etc.).
g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged.
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 000-007120
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 September 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 14 years from contract start date.
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21432. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
N/A
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Suppliers will be required to provide details of community benefits to be delivered as part of this contract.
(SC Ref:694296)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Perth
PH2 8NL
Country
United Kingdom