Opportunity

Waste Management Services for SPT

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2022/S 000-019992

Published 22 July 2022, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

procurement@spt.co.uk

Telephone

+44 1413333738

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382

one.3) Communication

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

https://www.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Waste Management Services for SPT

Reference number

22-082

two.1.2) Main CPV code

  • 90511000 - Refuse collection services

two.1.3) Type of contract

Services

two.1.4) Short description

SPT’s waste management contract will be for the provision of services for all waste streams throughout the SPT estate. SPT anticipates appointing a single supplier for all waste streams.

Submissions for part waste streams will not be accepted. The service requirements are described in the following sections. All requirements include the provision of appropriate equipment, containers and labour to enable the specified services to be provided except where existing or new equipment owned or purchased by SPT is made available. It is anticipated that the appointed supplier will provide an innovative approach to waste management utilising new technologies, equipment and processes. The description for each waste stream will include.

1.3.2 Waste stream (WS) details are as follows:

(Scheduled)

WS1: General Waste, including Foods- (Scheduled)

WS2 – Dry Mixed Recycling including paper, cardboard and glass

On Demand (48 hours SLA)

WS3: Fluorescent Lamps and White Goods (WEEE items)

WS4: COSHH waste

WS5: Wood

WS6: Rubble

WS7: Green Waste (seasonal)

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

SPT entire estate as per tender documentation

two.2.4) Description of the procurement

Single stage Open Tender via https://www.publictendersscotland.publiccontractsscotland.gov.uk/

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Duration of Contract 10 years (break clause at year 5)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

may add additional waste streams or more uplifts as contract progressed

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

Optional site visit within tender documentation


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

registered as a waste carrier or broker as required under The Control of Pollution (Amendment) Act 1989 and The Controlled Waste (Registration of Carriers and Seizure Vehicles) Regulations 1991. The Special Waste (Scotland) Regulations 1997 (as amended), The Water Environment (Oil Storage) (Scotland) Regulations 2006 (as amended), Waste Management Licensing Regulations 1994 (as amended) and all relevant regulations relating to the disposal of this waste must be followed.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

as per T&C's of insurance

With regards SPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the value of their D&B Failure Score.

In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts.

1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

2 Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

3 Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed below) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

48 SLA for on demand uplifts


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

26 August 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 August 2022

Local time

12:00pm

Place

GLASGOW

Information about authorised persons and opening procedure

Procurement Professional


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 10 years (break clause at year 5) . if contract is not extended it will be readvertised in 2026

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 21747. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

as per tender documentation

Community Benefits 40 points

Use of Local SME’s Awarding sub-contracts for supplies, services or works to local (west of Scotland) based small to medium size businesses.

20 points per offering

Targeted Recruitment and Training Offering individuals training, apprenticeships, jobs and work experience as part of a contract

20 points per offering

totalling 40 points specifically to the above Community Benefits over the life of the contract

(SC Ref:699089)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Glasgow

G5 9DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

Glasgow

G5 9DA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office

Glasgow

G5 9DA

Country

United Kingdom