Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Telephone
+44 1413333738
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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