Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Abbotsford House, David's Loan
Falkirk
FK2 7YZ
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
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
https://www.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.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
Residual Waste Treatment
Reference number
PS/001/22
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking services which will manage, treat and dispose of residual municipal and bulky waste in a safe, responsible and compliant manner, which excludes landfilling from 1 January 2026.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
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
Municipal solid waste collected from kerbside operations
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council areas of operation
two.2.4) Description of the procurement
Lot 1 will comprise of municipal solid waste collected from kerbside operations as well as deposits at our two Recycling Centres (black bag type waste).
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 35
Price - Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £72,150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
This Tender is for the treatment of Residual Municipal Waste collected by the Council such as via dedicated collection rounds or deposited at Household Waste Recycling Centres from 1 April 2023 to 31 March 2033 ten (10) years with the option on the part of the Council to extend by a period of up to five (5) years, (by three and two years respectively, or vice versa).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Tender is for the treatment of Residual Municipal Waste collected by the Council such as via dedicated collection rounds or deposited at Household Waste Recycling Centres from 1 April 2023 to 31 March 2033 ten (10) years with the option on the part of the Council to extend by a period of up to five (5) years, (by three and two years respectively, or vice versa).
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
For Lot 1, the Council require to deliver waste to a licenced treatment facility or to be provided a suitable transfer facility, within the Falkirk Council boundary. The contractor will be responsible for any onward transportation to the associated treatment facility.
two.2) Description
two.2.1) Title
Bulky type waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council areas of operation
two.2.4) Description of the procurement
Lot 2 will comprise of bulky type waste collected from kerbside bulky collections and via our 2 Recycling Centres (e.g comprising of carpets, mattresses, bulky furniture).
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 35
Price - Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £3,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
This Tender is for the treatment of Residual Municipal Waste collected by the Council such as via dedicated collection rounds or deposited at Household Waste Recycling Centres from 1 April 2023 to 31 March 2033 ten (10) years with the option on the part of the Council to extend by a period of up to five (5) years, (by three and two years respectively, or vice versa).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Tender is for the treatment of Residual Municipal Waste collected by the Council such as via dedicated collection rounds or deposited at Household Waste Recycling Centres from 1 April 2023 to 31 March 2033 ten (10) years with the option on the part of the Council to extend by a period of up to five (5) years, (by three and two years respectively, or vice versa).
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
For Lot 2, contractors are invited to provide either a suitable treatment/transfer facility, within the Falkirk Council boundary or alternatively provide a collection and transport solution from our 2 Recycling Centres.
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 if the Bidder is UK based they must hold a valid registration with Companies House. Where the
Bidder is UK based but 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.
Waste Carrier License is also a requirement of this tender.
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
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover
indicated below:
Employers Liability Insurance- 10M GBP
Third Party Liability Insurance - 10M GBP
Property/Physical Damage Liability Insurance- 10M GBP
Environmental Impairment Liability Insurance 10M GBP
Public Liability Insurance - 10M GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 000-006979
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 October 2022
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 October 2022
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Upon conclusion of agreement
six.3) Additional information
The contract is anticipated to cover a period of 10 years with the option to extend for up to 5 years without the need to call for further competition.
Contract value covers the full 15 year period.
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=702648.
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.
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:
.
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 provided within the tender documentation
(SC Ref:702648)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=702648
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