Opportunity

Delivery and Management of Recycle and Refuse Containers

  • Falkirk Council

F02: Contract notice

Notice reference: 2022/S 000-023944

Published 26 August 2022, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

cpu@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

Delivery and Management of Recycle and Refuse Containers

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Delivery and Management of Recycling Containers and Sacks to houses and commercial premises on an as and when required basis within Falkirk Council area. Repair of these containers as appropriate.

Please note this is not for supply of containers.

two.1.5) Estimated total value

Value excluding VAT: £320,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 19640000 - Polythene waste and refuse sacks and bags
  • 34928480 - Waste and rubbish containers and bins
  • 44613800 - Containers for waste material
  • 60000000 - Transport services (excl. Waste transport)
  • 90500000 - Refuse and waste related services
  • 90512000 - Refuse transport services
  • 34144510 - Vehicles for refuse
  • 90511000 - Refuse collection services
  • 90513100 - Household-refuse disposal services
  • 39224340 - Bins
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 85312200 - Homedelivery of provisions
  • 60100000 - Road transport services
  • 60161000 - Parcel transport services
  • 33952000 - Transport equipment and auxiliary products to transportation
  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Delivery and Management of Waste and Recycling Containers and Sacks to households and businesses in the Falkirk Council area.

The provision of all staff, vehicles and equipment to fulfil requirements in terms of the delivery of waste containers and sacks to Falkirk Council area households and commercial premises, on an as and when required basis. Maintenance and repair of waste conatiners. Monitoring and reporting of stock levels to ensure there is a minimum level of critical stock items at all times.

Please note that this is not the purchase of recycling and residual waste containers.

two.2.5) Award criteria

Quality criterion - Name: Wheeled Bin / Sack Delivery - Climate Change Mitigation / Weighting: 7.5

Quality criterion - Name: Wheeled Bin / Sack Delivery - Route optimisation / Weighting: 7.5

Quality criterion - Name: Wheeled Bin / Sack Delivery - Service Requests / Weighting: 5

Quality criterion - Name: Cleaning and Repair / Weighting: 5

Quality criterion - Name: Storage Area Management / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 65

two.2.6) Estimated value

Value excluding VAT: £320,000

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

Option of up to 2 years extension in any combination of term

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 license (WML/ Permit/ SEPA Exemption and/or Waste Carriers License) 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 / Product Liability: 10 million GBP

Motor vehicle insurance for hire or reward

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

List and brief description of selection criteria

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


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-191365

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 September 2022

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

27 September 2022

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Please note that support is available from the Supplier Development Programme for Scottish Small / Medium Enterprises or third sector organisations in relation to submitting bids. Utilising this support will assist in submitting your best proposal. This is a free service and can be contacted through https://www.sdpscotland.co.uk

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21803. 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:

Provide training/work experience for at least one (1 No.) new trainee for at least 12 weeks per year of the contract.

(SC Ref:701021)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom