Tender

Bulky Uplift Collection Service

  • Falkirk Council

F02: Contract notice

Notice identifier: 2021/S 000-023069

Procurement identifier (OCID): ocds-h6vhtk-02e190

Published 16 September 2021, 3:14pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Municipal Buildings, West Bridge Street

Falkirk

FK1 5RS

Email

pcu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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

https://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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bulky Uplift Collection Service

Reference number

DEV/270/21

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

This opportunity is for Bulky Uplift collection service within the Falkirk area, which is carried out on a specified dedicated day for each Ward area. On average 300 to 400 bulky uplift work tickets are scheduled per week across the area, averaging 60-80 per day /ward, with an average uplift weight of 70kg/household. Supplier must provide all vehicles and personnel required.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 60000000 - Transport services (excl. Waste transport)
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 60100000 - Road transport services
  • 90512000 - Refuse transport services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513100 - Household-refuse disposal services
  • 90513200 - Urban solid-refuse disposal services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

This opportunity is for Bulky Uplift collection service within the Falkirk area, which is carried out on a specified dedicated day for each Ward area. On average 300 to 400 bulky uplift work tickets are scheduled per week across the area, averaging 60-80 per day /ward, with an average uplift weight of 70kg/household. Service is provided Monday to Friday. Supplier must provide vehicles and personnel required.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £650,000

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

Duration in months

16

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 2 periods of up to 12 months to expire no later than 31st March 2025.

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

It is a requirement of this tender that if a Bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Council's satisfaction that they are trading from the address provided in the tender and under the Company name given.

The contractor must have a valid environmental licence (WML/ Permit/ SEPA Exemption and/or Waste Carriers Licence) suitable for the service being delivered.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The bidder must have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer's (Compulsory) Liability: 10 million GBP

Public Liability: 10 million GBP

Other Insurance:

Type: Motor vehicle insurance

Minimum Amount: 20 million GBP for private car, 5 million GBP for a commercial vehicle

Minimum level(s) of standards possibly required

A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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 a single operator

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

25 October 2021

Local time

11:00am

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 October 2021

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: November 2024

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

1.Bidders will be required to provide 2 examples of works carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described.

2.Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. 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 provide responses in relation to 4D.1.2 A through to G in the in the SPD(Scotland) Standard Statements v1.10.

4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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 provide responses in relation to 4D.1.4a through to 4k in the SPD(Scotland) Standard Statements v1.10

5. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide responses in relation to: 4D.2.2a through to 4D.2.2G in the SPD(Scotland) Standard Statements v1.10.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19609. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

At least 12 weeks work experience per year of the contract or an agreed period of paid employment for a participant who is eligible for help with wages costs and for the trainee(s) to be obtained from a source agreed by the Council.

(SC Ref:667223)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace Court

Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom