Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
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