Tender

The Collection and Treatment of Commingled Food and Garden Waste

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2024/S 000-026265

Procurement identifier (OCID): ocds-h6vhtk-0491a9

Published 19 August 2024, 10:47am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Bobin Varughese

Email

Bobin.Varughese@glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

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

The Collection and Treatment of Commingled Food and Garden Waste

Reference number

GCC005807CPU

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council is inviting suppliers to bid for the Collection, Reception, Recycling and Treatment of Commingled Food and Garden Waste.

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
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow City Council is inviting suppliers to bid for the Collection, Reception, Recycling and Treatment of Commingled Food and Garden Waste.

More information regarding the material targeted within the brown bin service is available on the council’s website at: Recycling Bins - Glasgow City Council

The supplier will be required to:

-Collect commingled food and garden waste up to 4 x waste transfer stations within Glasgow.

-Provide a delivery option to receive commingled food and garden waste materials delivered by the council.

-Process and treat commingled food and garden waste to maximise re-use, recycling, and diversion of waste from energy recovery and landfill.

A full and detailed scope of requirements will be provided at ITT (Invitation to Tender) stage.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Optional extension up to further 12 months.

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.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must comply with the undernoted financial requirements in order

to participate in the tendering process:-

Trading Performance

An overall positive outcome on EBITDA earnings over a 3 year period. Exceptional items can be excluded from the calculation.

The above would be expressed in the ratio EBITDA/Turnover.

Balance Sheet strength

Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.

Intangibles can be included for purposes of the Total Assets figure.

The above would be expressed in the ratio Total Assets/Total Liabilities

Companies that are only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required for the last 2 individual years filed in order for the 3 year profitability requirement to be verified.

Bidder should have no outstanding issues, with regard to statutory filing

requirements with Companies House.

Bidders who have been trading for less than the 3 years noted above must provide

evidence that they are complying with the above minimum financial requirements

for the period in which they have been trading.

Bidders who do not comply with the above financial requirements but are part

of a Group, can provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above.

Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.

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

As stated in the procurement documents provided at Invitation to Tender (ITT) stage.


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

Date

18 September 2024

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

18 September 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: August 2028

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Mandatory trial load - Prior to bidding, bidders must collect and process trial load from the Blochairn Waste Complex. The trial load will weigh c. 13 tonnes. This is a mandatory condition of the tender; bids will not be accepted unless two trial loads have been collected and processed by the prospective bidder. Photographs of each load will be taken by GCC prior to collection from site.

Arrangements for trial loads should be made with Glasgow City Council’s Procurement team via the online messaging service within Public Contracts Scotland Tenders no later than ten working days before the close of the tender.

Please be aware that the requirement to collect and process a trial load as detailed above is a mandatory pass/fail requirement as detailed in ITT document as a result, failure to meet the mandatory pass/fail requirements will result in the rejection of your bid.

Health & Safety — the H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire and provide any supporting evidence and/or documentation as part of their SPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail.

Further details will be included in the ITT document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27330. 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:

These will be detailed at the Invitation to Tender stage.

(SC Ref:775100)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 231 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers

and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing

system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means

the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the

period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland)

Regulations 2015 ("The Regulations"). The Council is obliged to comply with the regulations and any eligible economic operator can bring

an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or

damage.

The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the

framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or

the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the

remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further

clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own

independent legal advice when they consider appropriate to do so.