Opportunity

Supply and Delivery of Recycle and Refuse Containers

  • Scotland Excel

F02: Contract notice

Notice reference: 2021/S 000-022024

Published 6 September 2021, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

environment@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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.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

Supply and Delivery of Recycle and Refuse Containers

Reference number

0721

two.1.2) Main CPV code

  • 34928480 - Waste and rubbish containers and bins

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply and delivery of recycle and refuse containers to all local authorities and other participating bodies including Scotland Excel Associate Members in Scotland. This procurement covers the supply of bins, containers, boxes, sacks, kitchen waste containers, urban waste bins, virgin, recycled, compostable sacks and liners, spares, associated accessories and refurbishment options .

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

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

2 Wheeled Bins

Lot No

1

two.2.2) Additional CPV code(s)

  • 44613600 - Wheeled containers
  • 30216130 - Barcode readers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized 2 wheeled container bins. This includes, but not limited to the supply of HDPE wheeled plastic bins and parts, printing and associated accessories to depots and/or households within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Wheeled and Non Wheeled Containers over 500L

Lot No

2

two.2.2) Additional CPV code(s)

  • 30216130 - Barcode readers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized wheeled and non wheeled containers over 500L. This includes, but not limited to the supply of HDPE and galvanized steel bins/containers, bottle banks and other large waste containers, parts, printing and associated accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Kerbside Boxes and Reusable Sacks

Lot No

3

two.2.2) Additional CPV code(s)

  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins
  • 18930000 - Sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized kerbside boxes and reusable sacks. This includes but is not limited to the supply of kerbside boxes and reusable sacks and associated printing and accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Kitchen Waste

Lot No

4

two.2.2) Additional CPV code(s)

  • 30216130 - Barcode readers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized kitchen waste containers. This includes but not limited to the supply of waste containers and associated printing and accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Urban Waste

Lot No

5

two.2.2) Additional CPV code(s)

  • 30216130 - Barcode readers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 39713300 - Rubbish compactors
  • 34928400 - Urban furniture
  • 34928480 - Waste and rubbish containers and bins

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized urban waste containers. This includes but is not limited to the supply of urban waste containers, pole mounted bins, free standing bins, dog waste bins, novelty bins, multiple bin container housings and associated printing and accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Virgin and Recycled Sacks and Liners

Lot No

6

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 42914000 - Recycling equipment
  • 18930000 - Sacks and bags
  • 19640000 - Polythene waste and refuse sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized virgin and recycled sacks and liners, with associated printing options to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Compostable Sacks and Liners

Lot No

7

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 42914000 - Recycling equipment
  • 18930000 - Sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of various sized compostable sacks and liners, with associated printing options to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Refurbishment of Bins

Lot No

8

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for the refurbishment of bins of varying type, condition and used for various council related services , including but not limited to Wheeled and Non-wheeled containers over 500L.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 75

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 : Insurance Requirements

2. SPD (Scotland) Question 4B.6: Other Economic and Financial Requirements

Minimum levels of standards required.:

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2: Insurance Requirements

It is a requirement of the contracts to be procured under the proposed framework agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

EMPLOYERS (COMPULSARY) LIABILITY INSURANCE = No less than GBP 10m indemnity limit each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE = no less than GBP 10m in any one occurrence (in the aggregate for Products Liability).

MOTOR INSURANCE = statutory third party motor vehicle liability insurance to a minimum indemnity limit of GBP 5m for property damage and unlimited for Third Party Injury.

Bidders should note that increased levels of insurance may be required by a Council at the time of appointing a supplier(s) depending on the specific requirements.

2. SPD (Scotland) Question 4B .6: Other Economic and Financial Requirements

A search of the bidder against Equifax’s Protect must not return a “Warning” or “Caution” returnable code or any neutral code, unless the bidder confirms that it can provide any other documents which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does/would not present an unmanageable risk should it be appointed to the proposed Framework Agreement.

Equifax’s Protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Q4C 1.2 – Relevant examples of Previous Services of Supplies

2. SPD (Scotland) Q4C 10 – Subcontracting

3. SPD (Scotland) Q4D 1 – Quality Assurance Schemes

4. SPD (Scotland) Q4D 1 – Health and Safety Procedures

5. SPD (Scotland) Q4D 2 – Environmental Management Standards

Minimum level(s) of standards possibly required

1. SPD (Scotland) Q4C 1.2 – Relevant examples of Previous Services of Supplies

Tenderers will be required to provide a maximum of three previous examples of supplies or services carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the supplies or services as described in part II.2.4 of this Contract Notice.

Should the bidder, any consortium member or any sub-contractor defaulted on the delivery of a contract, had a contract cancelled, or not renewed for failure to perform or, withdrawn from a contract prematurely within the last three years, the bidder should be able to demonstrate the circumstances surrounding the event.

2. SPD (Scotland) Q4C 10 – Subcontracting

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

3. SPD (Scotland) Q4D 1 – Quality Assurance Schemes

The bidder must have the following:

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

A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the Bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

4. SPD (Scotland) Q4D 1 – Health and Safety Procedures

The bidder must have the following:

The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent); or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP forum).

OR

A documented policy regarding health and safety (H&S) management. The policy must be relevant to the nature and scale of the work and set out the responsibilities for H&S at all levels within the organisation.

The policy must be relevant to the nature and scale of your operation and set out your company’s responsibilities of health and safety management and compliance with legislation.

5. SPD (Scotland) Q4D 2 – Environmental Management Standards

The bidder must have the following:

The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent); or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the Bidder’s environmental emergency response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off under (to the extent known or settled at this stage) please see the procurement documents (details of how to access these being set out in section “I.3) Communication” of this Contract Notice).


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: 35

four.1.6) Information about electronic auction

An electronic auction will be used

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

7 October 2021

Local time

12:00pm

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 2021

Local time

12:00pm

Place

Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on http://www.publictendersscotland.publiccontractsscotland.gov.uk/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Scotland Excel as a central purchasing body, may procure this framework on behalf of the following contracting authorities (and successor bodies):

- 32 local authorities in Scotland listed at https://home.scotland-excel.org.uk/about-us/our-members/;

- Tayside Contracts;

- Scottish Prison Service and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service;

- Scotland Excel Associate Members, listed at https://home.scotland-excel.org.uk/about-us/our-members/; and

- Any integration authority, or whole body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014.

The above is subject to each contracting authority entering into and maintaining a relevant membership or other access agreement with Scotland Excel.

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.

Bidders are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.

Subcontractors on whose capacity the bidder does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland):

- Whether the bidder intends to subcontract any share of the contract to a third party;

- List of the proposed subcontracts as far as it is known at this stage; and

- What proportion/percentage of the contract does the Bidder intend to subcontract.

Please note that these subcontractors on whose capacity the bidder does not rely will be subject to rules regarding Exclusion as set out immediately above.

CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS

As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) and KPIs on a quarterly basis.

It is envisaged that Community Benefit Requirement details will be provided on a 6-monthly basis.

MI requires an itemised statement for Goods and services provided for each contracting authority who will be permitted to purchase under this proposed Framework Agreement down to a defined categorisation structure set out in the MI template.

In addition, Details on the following KPIs must be provided:

- Customer complaints: Number of complaints received as a percentage of number of orders

- Late deliveries

- Number/value of purchase orders: Overall number of Purchase Order’s against average individual invoice value.

MINIMUM COVERAGE REQUIREMENTS

Tenderers should submit a price for a minimum of 50% of the items (or services) listed, otherwise the offer may be deemed as a non-complaint bid.

REBATE REQUIREMENTS

Bidders should note that retrospective rebates apply to this Framework. Details can be found via Clause 25 of the Special Conditions of Contract [located within the Buyer Attachments Area]

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19480. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community

benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community

benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:664291)

six.4) Procedures for review

six.4.1) Review body

Court of session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Please refer to VI.4.3 below

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446, as amended), may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

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

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom