Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
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