Tender

HWRC Waste Streams & Contingency Requirements

  • Dumfries and Galloway Council

F02: Contract notice

Notice identifier: 2022/S 000-026232

Procurement identifier (OCID): ocds-h6vhtk-036997

Published 20 September 2022, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Email

Procurement.Tenders@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

HWRC Waste Streams & Contingency Requirements

Reference number

DGCC-00357

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’s Waste Service is seeking to appoint suitably licenced service providers to receive, treat, and/or dispose a number of waste streams with a view to managing the waste in accordance with the waste hierarchy.

two.1.5) Estimated total value

Value excluding VAT: £3,008,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
24

two.2) Description

two.2.1) Title

Lot 2b - Bulky Waste (west)

Lot No

3

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Stranraer Zero Waste Park” is located in Blackparks Industrial Estate.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Bulky Waste from HWRCs and other sources within the Wigtown operational area of the region. The facility must be within approximately 10 miles by road of Stranraer Zero Waste Park. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the Service Providers Nominated Facility may include material collected by the Council’s bulky collection service and/or skip services, including bulky and small mixed material aggregated at Household Waste Recycling Centres (HWRCs) or other bulking point(s) in a mixed form. Material is likely to include large household or commercial items such as furniture, mattresses, carpets, mixed garden waste and items from DIY-type construction operations. Material may include arisings from building maintenance, housing clearance/refurbishment, roads, grounds maintenance, street sweepings, litter picking, fly tipping, site clearance, country parks, education and other Council services and commercial customer’s waste. Additional material arisings could include wood, plastic, metal, glass, tiles and ceramics.

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 03 07)

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

two.2) Description

two.2.1) Title

Lot 2a - Bulky Waste (east)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services
  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the "Locahar-Moss MBT facility" is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Bulky Waste from HWRCs and other sources within the Stewartry, Nithsdale and Annandale & Eskdale operational areas of the region. The facility must be within approximately 5 miles by road 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the Service Providers Nominated Facility may include material collected by the Council's bulky collection service and/or skip services, including bulky and small mixed material aggregated at Household Waste Recycling Centres (HWRCs) or other bulking point(s) in a mixed form. Material is likely to include large household or commercial items such as furniture, mattresses, carpets, mixed garden waste and items from DIY-type construction operations. Material may include arisings from building maintenance, housing clearance/refurbishment, roads, grounds maintenance, street sweepings, litter picking, fly tipping, site clearance, country parks, education and other Council services and commercial customer’s waste. Additional material arisings could include wood, plastic, metal, glass, tiles and ceramics.

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 03 07)

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

This contract will operate for a 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

two.2) Description

two.2.1) Title

Lot 1 - Residual Waste from HWRCs

Lot No

1

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This waste stream consists of general mixed waste deposited by householders in the ‘small non-recyclable waste’ skip at our HWRCs (i.e., this is what is sometimes referred to as “black bag” waste).

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles or caged tipper vehicles. Despite the lot title, it may include residual waste from sources other than DGC’s HWRCs, for example, deliveries of fly tipped waste by collection service staff in small, caged tippers or perhaps panel vans.

(EWC 20 03 01)

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

two.2) Description

two.2.1) Title

Lot 3a – Green (garden) Waste (Annan)

Lot No

4

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Annan HWRC & Waste Transfer Station” is located on Eaglesfield Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Green Waste. The facility must be within approximately 50 miles by road of Annan HWRC. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the reception facility may include material generated by the Council's Parks & Gardens/Communities service and household green waste from the Council’s HWRCs. Treatment solutions should be compliant with and verifiable to the British Standards Institution's Publicly Available Specification (BSI PAS 100 standard).

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 02 01)

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

two.2) Description

two.2.1) Title

Lot 3b – Green (garden) Waste (Dumfries)

Lot No

5

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Green Waste. The facility must be within approximately 5 miles by road 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the reception facility may include material generated by the Council’s Parks & Gardens/Communities service and household green waste from the Council’s HWRCs. Treatment solutions should be compliant with and verifiable to the British Standards Institution’s Publicly Available Specification (BSI PAS 100 standard).

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 02 01)

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

two.2) Description

two.2.1) Title

Lot 3c – Green (garden) Waste (Castle Douglas)

Lot No

6

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Castle Douglas HWRC & Transfer Station” is located on Abercrombie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Green Waste. The facility must be within approximately 50 miles by road of Castle Douglas HWRC. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the reception facility may include material generated by the Council's Parks & Gardens/Communities service and household green waste from the Council’s HWRCs. Treatment solutions should be compliant with and verifiable to the British Standards Institution's Publicly Available Specification (BSI PAS 100 standard).

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 02 01)

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

two.2) Description

two.2.1) Title

Lot 3d – Green (garden) Waste (Stranraer)

Lot No

7

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Stranraer Zero Waste Park” is located in Blackparks Industrial Estate.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Green Waste. The facility must be within approximately 110 miles by road of SZWP. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the reception facility may include material generated by the Council's Parks & Gardens/Communities service and household green waste from the Council’s HWRCs. Treatment solutions should be compliant with and verifiable to the British Standards Institution's Publicly Available Specification (BSI PAS 100 standard).

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 02 01)

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

two.2) Description

two.2.1) Title

Lot 4a – Inert Waste (soil & rubble) (east)

Lot No

8

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Inert Waste (soil & rubble) materials. We are seeking one facility within approximately 5 miles by road 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Deliveries to the Service Provider’s Nominated Facility will consist of Inert Waste (soil & rubble). Materials arising via this Lot are likely to include, but are not limited to, materials such as brick, stone, rubble, hardcore, concrete, clay, sand, soil, tiles, glass, ceramic sinks, ceramic toilets, ceramic baths, crockery and ceramics.

This Lot will be delivered by the Council in roll-on roll-off skip vehicles.

(EWC 20 02 02)

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

two.2) Description

two.2.1) Title

Lot 4b – Inert Waste (soil & rubble) (west)

Lot No

9

two.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90500000 - Refuse and waste related services
  • 90514000 - Refuse recycling services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the Council’s Nominated Facilities for this Lot are Stranraer, Newton Stewart and Whithorn HWRCs

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste management company to collect and treat Inert Waste (soil & rubble) stored in roll-on roll-off skips at three HWRCs. We are seeking one facility within approximately 10 miles by road of SZWP. Upon collection of the waste the Service Provider must ensure that it is transported, stored, treated, and disposed of properly and in accordance with all applicable laws, permissions, consents, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. Collection by the Service Provider and treatment at their Nominated Facility will consist of Inert Waste (soil & rubble). Materials arising via this Lot are likely to include, but are not limited to, materials such as brick, stone, rubble, hardcore, concrete, clay, sand, soil, tiles, glass, ceramic sinks, ceramic toilets, ceramic baths, crockery and ceramics.

This Lot will be collected by the winning bidder in council provided roll-on roll-off skips.

The Council’s Nominated Facilities for this Lot are Stranraer, Newton Stewart and Whithorn HWRCs

(EWC 20 02 02)

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

two.2) Description

two.2.1) Title

Lot 5a – Asbestos Waste from HWRCs (east)

Lot No

10

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services
  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, from 5 D&G Council Household Waste Recycling Centres (HWRCs) located in the East of the region.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste management company to collect and treat Asbestos Waste stored in chain lift skips from 5 D&G Council Household Waste Recycling Centres (HWRCs) located at: (1) Annan - DG12 5LN, (2) Beattock - DG10 9QU, (3) Sanquhar DG4 6ES (4) Lochar Moss, Dumfries - DG1 3PG and (5) Castle Douglas - DG7 1LH. Once collected, the asbestos waste must be stored, transported, treated and disposed of properly and in accordance with all applicable laws, permissions, consents, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible.

This Lot will be collected by the Service Provider (Model C). The Council will provide chain-lift skips, including spares for change-over which should be stored at the Service Provider’s Nominated Facility and are to be used exclusively for Council waste.

(EWC 17 06 05)

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

two.2) Description

two.2.1) Title

Lot 5b – Asbestos Waste from HWRCs (west)

Lot No

11

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services
  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, from 3 D&G Council HWRC's located within the West of the region.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste management company to collect and treat Asbestos Waste stored in chain lift skips from 3 D&G Council Household Waste Recycling Centres (HWRCs) located at: (1) Newton Stewart - DG8 6QD, (2) Whithorn DG8 8DE (3) Stranraer DG9 7UD and. Once collected, the asbestos waste must be stored, transported, treated and disposed of properly and in accordance with all applicable laws, permissions, consents, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible.

This Lot will be collected by the Service Provider (Model C). The Council will provide chain-lift skips, including spares for change-over which should be stored at the Service Provider’s Nominated Facility and are to be used exclusively for Council waste.

(EWC 17 06 05)

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

two.2) Description

two.2.1) Title

Lot 6b – Wood Waste (west)

Lot No

13

two.2.2) Additional CPV code(s)

  • 03417000 - Scrap wood
  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Stranraer Zero Waste Park” is located in Blackparks Industrial Estate.

two.2.4) Description of the procurement

This Lot is seeking the collection and treatment of bulked wood waste from SZWP. Upon collection 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. This Lot is for wood of varying types, but typically it will be un-shredded. Material is likely to come predominately from Household Waste Recycling Centres and possibly other Council premises or operations. Material may be sorted or unsorted. There is no guarantee that waste wood will meet PAS104 or PAS111 standards. It is recognised therefore that both low-grade, (suitable for some processing and power and heat generation) and high grade (as per PAS104) may be encountered. Materials likely to be included within scope are processed Hardwood, MDF, Chipboard, Plywood and/or Blockboard.

This Lot will be collected by the winning bidder in their own (or a suitably qualified sub-contractor’s) walking floor articulated vehicle, or another suitable vehicle type as agreed.

(EWC 20 01 38)

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

two.2) Description

two.2.1) Title

Lot 6a – Wood Waste (east)

Lot No

12

two.2.2) Additional CPV code(s)

  • 03417000 - Scrap wood
  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to receive Wood Waste. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible. This Lot is for wood of varying types, but typically it will be un-shredded. Material is likely to come predominately from Household Waste Recycling Centres and possibly other Council premises or operations. Material may be sorted or unsorted. There is no guarantee that waste wood will meet PAS104 or PAS111 standards. It is recognised therefore that both low-grade, (suitable for some processing and power and heat generation) and high grade (as per PAS104) may be encountered. Materials likely to be included within scope are processed Hardwood, MDF, Chipboard, Plywood and/or Blockboard.

This Lot will be delivered by the Council in either roll-on roll-off skip vehicles; caged tipper vehicles; or walking floor articulated vehicles.

(EWC 20 01 38)

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

two.2) Description

two.2.1) Title

Lot 7a – Street Sweepings (grit & fines) (east)

Lot No

14

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

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 or in a skip. Some deliveries of street sweepings will 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 either street sweeper vehicles; chain lift skip vehicles; roll-on roll-off skip vehicles; caged tipper vehicles; or by a third-party haulier.

(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

two.2) Description

two.2.1) Title

Lot 7b – Street Sweepings (grit & fines) (west)

Lot No

15

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Stranraer Zero Waste Park” is located in Blackparks Industrial Estate.

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 10 miles of SZWP. 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 or in a skip. Some deliveries of street sweepings will 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 either street sweeper vehicles; chain lift skip vehicles; roll-on roll-off skip vehicles; caged tipper vehicles; or by a third-party haulier.

(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

two.2) Description

two.2.1) Title

Lot 8a – Dewatered Gully Waste (east)

Lot No

16

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste facility to receive Dewatered Gully Waste. 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. DGC’s Dewatered Gully Waste – i.e., the solids left after the water is drained off of the waste material that has been sucked out of roadside drains by a street sweeping vehicle – are anticipated to include a mixture of sand, grit, metal and organics. It is estimated there will be approximately 60-75% sand & aggregate and 25-40% organic material (e.g., leaves, twigs & litter etc.). The materials will be likely to include: 0-15mm gully arisings and 16-40mm gully arisings. This material is likely to require treatment to remove inert fractions, or fractions capable of treatment to allow diversion from landfill. DGC dewatering our Gully Waste is a new process, so the anticipated make-up of this waste material is estimated based on feedback from industry and other local authorities.

This Lot will be collected by the winning bidder in their own (or a suitably qualified sub-contractor’s) vehicle from the Dumfries MBT plant. Provision of a skip container by the winning bidder is required for this lot. However, as this is a new waste material for DGC, we are open to suggestions for the best way to transport this waste to the winning bidders Nominated Facility.

(EWC 19 08 05)

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

two.2) Description

two.2.1) Title

Lot 8b – Dewatered Gully Waste (west)

Lot No

17

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Stranraer Zero Waste Park” is located in Blackparks Industrial Estate.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste facility to receive Dewatered Gully Waste. 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. DGC’s Dewatered Gully Waste – i.e., the solids left after the water is drained off of the waste material that has been sucked out of roadside drains by a street sweeping vehicle – are anticipated to include a mixture of sand, grit, metal and organics. It is estimated there will be approximately 60-75% sand & aggregate and 25-40% organic material (e.g., leaves, twigs & litter etc.). The materials will be likely to include: 0-15mm gully arisings and 16-40mm gully arisings. This material is likely to require treatment to remove inert fractions, or fractions capable of treatment to allow diversion from landfill. DGC dewatering our Gully Waste is a new process, so the anticipated make-up of this waste material is estimated based on feedback from industry and other local authorities.

This Lot will be collected by the winning bidder in their own (or a suitably qualified sub-contractor’s) vehicle from the SZWP. Provision of a skip container by the winning bidder is required for this lot. However, as this is a new waste material for DGC, we are open to suggestions for the best way to transport this waste to the winning bidders Nominated Facility.

(EWC 19 08 05)

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

two.2) Description

two.2.1) Title

Lot 9 – Waste Tyres

Lot No

18

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, collection is required from all 12 DGC HWRC's.

two.2.4) Description of the procurement

This Lot is seeking a suitably qualified Service Provider capable of delivering a service for the treatment, recovery, recycling, and disposal of tyres, which may include loose standard tyres and commercial tyres (steel banded). Tyres will be loose (i.e., not baled) and will be mainly domestic car and motorcycle tyres that are off rim. However, some may be on rim. 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.

This Lot will be collected by the winning bidder in their own (or a suitably qualified sub-contractor’s) box van vehicle, or another suitable vehicle type as agreed. Collection of Tyres is required from all 12 DGC Household Waste Recycling Centres (HWRCs)

(EWC 16 01 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

two.2) Description

two.2.1) Title

Lot 10 – Non-Conforming (‘non-scheme’) Gas and Other Pressurised Bottles

Lot No

19

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland.

two.2.4) Description of the procurement

This Lot is seeking a suitably qualified Service Provider capable of delivering a service for the treatment of Gas Bottles and Cylinders, which will in the main be collected at Household Waste Recycling Centres and other Council premises or operations and fall out-with the national collection scheme, (i.e., owner/manufacturer is unknown). The following list is not exhaustive; however, the materials requiring service under this Lot could include various sizes of camping gas cylinders, fire extinguishers, soda streams, diving cylinders, helium gas cylinders, acetylene cylinders and calibration gas cylinders. 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.

This Lot will be collected by the winning bidder in their own (or a suitably qualified sub-contractor’s) box van vehicle, or another suitable vehicle type as agreed.

(EWC 16 05 05)

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

two.2) Description

two.2.1) Title

Lot 11a – Contingency for Residual Waste Reception and Treatment (Annan)

Lot No

20

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Annan HWRC & Waste Transfer Station” is located on Eaglesfield Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to provide contingency arrangements to receive and treat Residual Waste (including any non-hazardous waste) from Annan Waste Transfer Station when normal disposal routes are unavailable. The facility must be within approximately 50 miles by road of Annan HWRC. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible.

This Lot will be delivered by the Council in walking floor articulated vehicles.

(EWC 20 01 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

two.2) Description

two.2.1) Title

Lot 11b – Contingency for Residual Waste Reception and Treatment (Dumfries)

Lot No

21

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to provide contingency arrangements to receive and treat Residual Waste (including any non-hazardous waste) from the Nithsdale area of Dumfries and Galloway when normal disposal routes are unavailable. The facility must be within approximately 50 miles by road 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible.

This Lot will be delivered by the Council in RCVs or walking floor articulated vehicles.

(EWC 20 01 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

two.2) Description

two.2.1) Title

Lot 11c – Contingency for Residual Waste Reception and Treatment (Castle Douglas)

Lot No

22

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Castle Douglas HWRC & Transfer Station” is located on Abercrombie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to provide contingency arrangements to receive and treat Residual Waste (including any non-hazardous waste) from Castle Douglas Waste Transfer Station when normal disposal routes are unavailable. The facility must be within approximately 50 miles by road of Castle Douglas HWRC. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible.

This Lot will be delivered by the Council in walking floor articulated vehicles.

(EWC 20 01 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

two.2) Description

two.2.1) Title

Lot 11d – Contingency for Residual Waste Reception and Treatment (Stranraer)

Lot No

23

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Stranraer Zero Waste Park” is located in Blackparks Industrial Estate.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to provide contingency arrangements to receive and treat Residual Waste (including any non-hazardous waste) from Stranraer Waste Transfer Station when normal disposal routes are unavailable. The facility must be within approximately 110 miles by road of SZWP. 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, licences, permits and the waste duty of care requirements. Treatment options offered should be as far up the waste hierarchy as possible.

This Lot will be delivered by the Council in walking floor articulated vehicles or RCVs.

(EWC 20 01 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

two.2) Description

two.2.1) Title

Lot 12 – Contingency for Residual Waste RCV Reception in Dumfries

Lot No

24

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
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot is seeking the provision of a suitably permitted or licensed waste reception facility to provide contingency arrangements to receive Residual Waste in RCVs from DGC’s Waste Collection Service in the Nithsdale area of Dumfries and Galloway when the normal reception facility for residual waste in the Nithsdale area (the Dumfries MBT plant) is unavailable. The facility must be within approximately 5 miles by road of Dumfries MBT plant. Upon receipt of the waste the Service Provider must ensure that it is stored properly and in accordance with all applicable laws, permissions, consents, licences, permits and the waste duty of care requirements.

This lot differs from Lots 11a, 11b & 11c in that it is for the reception only of Nithsdale residual waste delivered by RCVs. It does not require any treatment. The waste will be delivered to the Service Provider’s Nominated Facility by Council RCVs. The bulked waste will be collected from the Service Provider’s Nominated Facility by a Council contracted third-party haulier using walking floor articulated vehicles. The Service Provider’s Nominated Facility is required to load the outgoing third-party vehicles. The Residual Waste must not be processed or treated in any way, or be mixed with other waste streams or other customer’s waste. This waste will be removed by the Council within 48 hours.

This Lot will be delivered by the Council in RCVs.

(EWC 20 01 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.

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 Mechanical Biological Treatment (MBT) Outputs (MBT - ITT) Invitation to Tender and MBT Specification documents in the Public contract Scotland Tender site Buyer Attachments area of ITT 46032.


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

24 October 2022

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

24 October 2022

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 46032. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:706907)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Buccleuch Street

Dumfries

DG1 2AN

Country

United Kingdom