Tender

Street Sweepings (East)

  • Dumfries and Galloway Council

F02: Contract notice

Notice identifier: 2023/S 000-022652

Procurement identifier (OCID): ocds-h6vhtk-03ece0

Published 3 August 2023, 4:08pm



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Email

Procurement.WasteNeighbourhood@dumgal.gov.uk

Telephone

+44 3033333000

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

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

Street Sweepings (East)

Reference number

DGCWN-0027

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 is seeking to appoint a suitably licenced service provider to receive, treat, and/or dispose of street sweepings with a view to manage the waste in accordance with the waste hierarchy.

two.1.5) Estimated total value

Value excluding VAT: £216,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Street Sweepings. The facility must be within approximately 5 miles of Dumfries MBT plant. Upon receipt of the waste the Service Provider must ensure that it is stored, transported, treated, and disposed of properly and in accordance with all applicable laws, permissions, consents, licenses, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Street Sweepings – i.e., detritus from street sweeping operations deposited direct from the street sweeper vehicle. Deliveries of street sweepings may contain mixed waste and possibly dog faeces from litter and dog bin arisings. Also, litter and leaves etc. picked up from road gutters and pedestrian areas by the sweeper.

This Lot will be delivered by the Council in street sweeper vehicles.

PLEASE NOTE: Street sweeping is considered to be a ‘dry’ waste stream. However, street cleaning operations take place in all weather conditions and bidders should note that when raining, or during any cleaning operations when the road and pavement surfaces are wet, there will be a considerable amount of rainwater deposited at the Nominated Reception Facility when the street sweeper empties. The Nominated Reception Facility must be capable of dealing with the rainwater and be licenced to accept the street sweeping waste stream during dry and wet road conditions.

(EWC 20 03 03)

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

36

This contract is subject to renewal

Yes

Description of renewals

The contract will operate for an initial three-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

Bidders should 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.

NOTE: The waste stream being tendered (‘Street Sweepings (East)’) will be delivered to the winning bidders Nominated Facility using EWC code 20 03 03. If road and pavement conditions are wet, then there will be water deposited with the street sweepings when it is emptied at the Nominated Facility. The Nominated Facility must have the appropriate authorisations needed to accept this waste stream in both dry and wet condition.

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 Street Sweeping (East) (ITT) Invitation to Tender and Street Sweeping (East) Specification documents in the Public contract Scotland Tender site Buyer Attachments area of ITT 51147.


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

Date

7 September 2023

Local time

12:00pm

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

7 September 2023

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 Three 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 51147. 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:

As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:740700)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Buccleuch Street

Dumfries

DG1 2AN

Country

United Kingdom