Tender

Supplementary Skip Hire, Skip Transfer and Recycling Service

  • Falkirk Council

F02: Contract notice

Notice identifier: 2023/S 000-020231

Procurement identifier (OCID): ocds-h6vhtk-03c616

Published 14 July 2023, 10:49am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

CPU@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Supplementary Skip Hire, Skip Transfer and Recycling Service

Reference number

TCC/017/23

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced Contractors for the provision of a Supplementary Skip Hire, Skip Transfer & Recycling Service within the Falkirk Council’s area of Operations.

The framework consist of 3 Lots, to which up to a maximum of 5 Contractors may be appointed per lot.

- Lot 1: Skip Hire, approximate framework term Lot Value 1 600 000 GBP (40%)

- Lot 2: Skip Transfer, approximate framework term Lot Value 1 760 000 GBP (44%)

- Lot 3: Delivered Van Loads, approximate framework term Lot Value 640 000 GBP (16%)

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Skip Hire

Lot No

1

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 34142200 - Skip loaders
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council Areas of operations

two.2.4) Description of the procurement

Delivery and uplift of segregated and unsegregated skips; uplift of bulky items, segregation of waste where required and recycle/dispose of material accordingly.

Key aims of the service are to maximise recycling rates, to ensure accurate waste data is collected, and to provide a competitive, reliable, and customer-focused service.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,600,000

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

Start date

1 December 2023

End date

30 November 2025

This contract is subject to renewal

Yes

Description of renewals

On conclusion of the initial 2 years framework agreement, an additional 2 x 12-month extension periods up to 30th November 2027 without the need to call for further competition may be available. Any extension being in the best interest of the Authority and shall take into consideration factors such as innovation and improvements to our service requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option of 2 x 12 month extension periods on conclusion of the initial 2 year period.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Skip Transfer

Lot No

2

two.2.2) Additional CPV code(s)

  • 34142200 - Skip loaders
  • 42416200 - Skip hoists
  • 44613700 - Refuse skips
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council Areas of operations

two.2.4) Description of the procurement

Provision of a Supplementary Skip Transfer Service from the Authorities Waste Recycling facilities to various Contracted Waste Recycling Centres throughout Scotland.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,760,000

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

Start date

1 December 2023

End date

30 November 2025

This contract is subject to renewal

Yes

Description of renewals

On conclusion of the initial 2 years framework agreement, an additional 2 x 12-month extension periods up to 30th November 2027 without the need to call for further competition may be available. Any extension being in the best interest of the Authority and shall take into consideration factors such as innovation and improvements to our service requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option of 2 x 12-month extension periods on conclusion of the initial 2-year period.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Delivered Van Loads

Lot No

3

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council Areas of operations

two.2.4) Description of the procurement

Delivery of Van Loads of Waste to Contractor premises by the Authority, the Contractor will weigh the vehicle prior to, and following the unloading of waste, to confirm the waste tonnage. The Contractor will remove the waste from the vehicle, segregating and recycling materials accordingly.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £640,000

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

Start date

1 December 2023

End date

30 November 2025

This contract is subject to renewal

Yes

Description of renewals

On conclusion of the initial 2 years framework agreement, an additional 2 x 12-month extension periods up to 30th November 2027 without the need to call for further competition may be available. Any extension being in the best interest of the Authority and shall take into consideration factors such as innovation and improvements to our service requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option of 2 x 12-month extension periods on conclusion of the initial 2-year period.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015


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

It is a requirement of this tender that the bidder must hold a valid registration with Companies House. Where the bidder is not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract

Minimum level(s) of standards possibly required

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 10 Million GBP

Product Liability Insurance = 10 Million GBP

Motor Insurance = 5 Million GBP

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

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: 2023/S 000-012704

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 August 2023

Local time

11:00am

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

14 August 2023

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tender Opening Committee comprising Council Procurement Adviser


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2025 if extension periods not taken up. If extension periods taken up a further notice may be issued July 2027.

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

1. Bidders will be required to provide 2 examples from the past 3 years 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.

2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. 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 provide additional supportive information as detailed within Section D, Document 4 "TCC 017 23 SPD (Scotland) Standardised Statements".

4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within Section D, Document 4 "TCC 017 23 SPD(Scotland) Standardised Statements".

5. 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 provide additional supportive information as detailed within Section D, Document 4 "TCC 017 23 SPD (Scotland) Standardised Statements".

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=736952.

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.

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:

(A)

(i) Contractor Ranked No.1 on the Framework for Lot 1

Contractor Ranked No. 1 within Lot 1 following evaluation will be required to provide One Modern Apprenticeship (MA), or equivalent, within four months from award of the contract who is obtained from a source agreed by the Council. The MA placement can be across a range of disciplines to be determined by the successful Contractor. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

(ii) Contractor Ranked No.1 on the Framework for Lot 2

Contractor Ranked No. 1 within Lot 2 following evaluation, and whose cumulative level of spend is greater than 600k GBP during the term of the agreement will be required to provide One Modern Apprenticeship (MA), or equivalent, who is obtained from a source agreed by the Council. The MA placement can be across a range of disciplines to be determined by the successful Contractor. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

(b)

All other Contractors on the Framework whose cumulative level of spend is greater than 200k GBP during the term of the agreement will be required to provide at least twelve (No. 12) weeks of paid work experience. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

(SC Ref:736952)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=736952

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom