Contract

Council Buildings Waste

  • South Lanarkshire Council

F03: Contract award notice

Notice identifier: 2021/S 000-027818

Procurement identifier (OCID): ocds-h6vhtk-029096

Published 5 November 2021, 12:24pm



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Finance and Corporate Resources Almada Street

Hamilton

ML3 0AB

Contact

Peter Cannon

Email

peter.cannon@southlanarkshire.gov.uk

Telephone

+44 1698454397

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://www.southlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Council Buildings Waste

Reference number

SLC/PS/COMENT/20/079

two.1.2) Main CPV code

  • 90511000 - Refuse collection services

two.1.3) Type of contract

Services

two.1.4) Short description

South Lanarkshire Council invites offers from suitably qualified service providers to collect “Contract Waste” from its buildings and to recycle, treat or dispose of it in a manner appropriate to each particular waste stream. Bidders are specifically referred to the definition of “Contract Waste” in the Conditions of Contract. The Service is currently provided to Circa 442 premises across South Lanarkshire. "Contract Waste" currently includes three separate waste streams - Residual Waste, Recyclable Waste and Food Waste.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,410,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services
  • 34144510 - Vehicles for refuse
  • 34144511 - Refuse-collection vehicles
  • 90510000 - Refuse disposal and treatment

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire
Main site or place of performance

South Lanarkshire area and it's boundaries

two.2.4) Description of the procurement

There are circa 442 premises that require waste collection services under the proposed contract. These premises are located throughout South Lanarkshire in urban and rural areas and the collection requirements (in terms of waste streams and frequencies) can be varied.

Refuse collection services. Refuse disposal and treatment. Refuse recycling services. The purpose of this contract is to secure the services of a contractor(s) to deliver the service across South Lanarkshire. In line with all statutory requirements and legal obligations, the successful contractor(s) will be required to collect residual waste, mixed recyclate and food waste where appropriate, through separate uplifts for each stream from properties owned or operated by the Council or its associated bodies. N.B Estimated cost per annum is only a guide.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery Plan / Weighting: 50

Quality criterion - Name: Contract Reporting and Monitoring / Weighting: 25

Quality criterion - Name: Sustainability and Climate Change / Weighting: 15

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Price - Weighting: 65

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.2.14) Additional information

Please note total quality section weightings add to 100% - Quality overall weighting is 35% and Price is 65% weighting


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: 2021/S 000-013699


Section five. Award of contract

Contract No

SLC/PS/COMENT/20/079

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 November 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Biffa Waste Services

West Shore Road, Granton

Edinburgh

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £4,410,000

Total value of the contract/lot: £4,410,000


Section six. Complementary information

six.3) Additional information

SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol

It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.

Declarations and Certificates

In an open tendering procedure prior to any award being made the successful bidder, or if restricted tendering procedure prior to the issue of invitation to tender the bidders who are being recommended for issue of tenders, and all bidders at any other time during the procurement process, will in addition provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.

(SC Ref:672866)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 OBT

Email

hamiltoncivl@scotcourts.gov.uk

Fax

+44 1698282957

Country

United Kingdom

Internet address

www.southlanarkshire.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square,

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom