Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Procurement.Tenders@dumgal.gov.uk
Telephone
+44 3033333000
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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
www.publictendersscotland.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
Mechanical Biological Treatment (MBT) Outputs
Reference number
DGCC-00119
two.1.2) Main CPV code
- 90514000 - Refuse recycling services
two.1.3) Type of contract
Services
two.1.4) Short description
Dumfries and Galloway Council are seeking offers from suitable service providers to undertake the treatment and recycling, recovery or disposal of Mechanical Biological Treatment (MBT) plant outputs.
two.1.5) Estimated total value
Value excluding VAT: £950,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
MBT Plant Fines
Lot No
1
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.
two.2.4) Description of the procurement
This lot will provide treatment and disposal of materials of MBT Plant Fines:
This output from the MBT is the fine organic material smaller than 8mm. It also contains sub 8mm fractions of plastic and glass. Fine organic dust from the plant’s dust extraction system is mixed into this material
(EWC 19 12 12)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will operate for an initial two year period with an option to extend for a further 12-month period.
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
MBT Plant Belt Sweepings and General Waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Within the Dumfries and Galloway region of Scotland, the "Locahar-Moss MBT facility" is located on Lockerbie Road.
two.2.4) Description of the procurement
This lot will provide treatment and disposal of materials of MBT Plant Belt Sweepings and General Waste:
This output from the MBT is the overspill from some of the transport belts in the refinements section of the MBT plant. It is predominantly dusty material with some RDF/SRF within it and some non-ferrous metal. This skip is also used for disposal of general waste not desirable for recirculation through the MBT such as used transport belts following maintenance, old ‘tote’ or ‘elephant’ bags etc.
(EWC 19 12 12)
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This contract will operate for a two year period with an option to extend for a further 12-month period.
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
MBT Plant Ferrous Metals
Lot No
3
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Within the Dumfries and Galloway region of Scotland, the "Lochar-Moss MBT facility" is located on Lockerbie Road.
two.2.4) Description of the procurement
This lot will provide treatment and disposal of materials of
MBT Plant Ferrous Metals:
This is ferrous metal extracted from the mixed waste stream as part of the MBT plant’s refinement operation. This material is heavily contaminated with mixed waste. It has been shredded twice by the point of extraction.
(EWC 19 12 12)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will operate for an initial two year period with an option to extend for a further 12-month period.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Hold any and all permits and licences and or, an ability to demonstrate any licence exemption, as required, including but not limited to: The Pollution Prevention and Control (Scotland) Regulations 2012; The Waste Management Licensing (Scotland) Regulations 2011 (as amended); and The Landfill (Scotland) Regulations 2003 (as amended) or the equivalent legislation in England and Wales, for all Waste Treatment facilities the bidder is offering, as issued by SEPA or their equivalent body in other jurisdictions. Details of the local Environmental Agency office that issued the licence(s) for the site or facility proposed should be provided.
Tenderers for all Lots must have the appropriate Pollution Prevention and Control (PPC) Permit, Waste Management Licence (WML) or relevant Waste Exemption demonstrating that their proposed initial waste destination (Service Provider’s Nominated Facility) can legally accept, store and treat etc. any waste stream bid for.
Hold the required Waste Carrier Licences (or exemptions) in accordance with the Control of Pollution (Amendment) Act 1989 and The Controlled Waste (Registration of Carriers and Seizure of Vehicles) Regulations 1991 or equivalent.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For details of the conditions relevant to the contract, please see the Mechanical Biological Treatment (MBT) Outputs (MBT - ITT) Invitation to Tender and MBT Specification documents in the Public contrtact Scotland Tender site Buyer Attachments area of ITT 45664.
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 012-191115
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 September 2022
Local time
12:00pm
Changed to:
Date
26 September 2022
Local time
12:00pm
See the change notice.
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 September 2022
Local time
12:00pm
Place
Dumfries and Galloway Council, Carruthers House, Dumfries (or via On-Line methods at alternate locations).
Information about authorised persons and opening procedure
All tenders will be opened in a secure location and witnessed by members of the procurement team authorised by the Council.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: On expiry of the contract term (intent for initial contract term is two years) and any exercised extensions.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21984. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Community benefits are included in this requirement. For more information see procurement document for this ITT.
(SC Ref:702339)
six.4) Procedures for review
six.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
Country
United Kingdom