Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Procurement.WasteNeighbourhood@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
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