Tender

Residual Waste Treatment

  • Falkirk Council

F02: Contract notice

Notice identifier: 2022/S 000-021659

Procurement identifier (OCID): ocds-h6vhtk-0321dd

Published 8 August 2022, 9:48am



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

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