Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
corporateprocurement@northlan.gov.uk
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
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
Supply and Delivery of Heavy Duty Open Hooklift Container Skips
Reference number
NLC–CPT-23-059
two.1.2) Main CPV code
- 44613700 - Refuse skips
two.1.3) Type of contract
Supplies
two.1.4) Short description
North Lanarkshire Council operates six Household Waste Recycling Centres (HWRC) throughout it geographic region that allows residents to dispose and recycle their waste that is not suitable for collection via the councils kerbside collection services or not willing to utilise the councils special uplift / bulky waste service.
To enable operation of the HWRC sites, the council require multiple large container type skips to collect waste in designated streams e.g. general refuse, paper / cardboard, wood, etc. This is a key aspect of HWRC operations as it enables maximum operation and capacity objectives for each site.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
- 34928480 - Waste and rubbish containers and bins
- 44613000 - Large containers
- 44613400 - Storage containers
- 44613600 - Wheeled containers
- 44613800 - Containers for waste material
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
Requirement of this procedure include the provision of Heavy duty open container skip subframe to suit standard 3 & 4 axle rigid hooklift vehicles. To be manufactured in full accordance with the CHEM (Container Handling Equipment Manufacturer’s Association) Technical Standards No 8.
Skips reuqired are to have a minimum 40 cubic yards capacity and dimensions of circa Height 2385mm x Depth 2400mm x Length 5791mm
The full Specification of the requirements is detailed within Annex 1 of the ITT document located within the PCS-Tender System.
two.2.5) Award criteria
Quality criterion - Name: Product Offering / Weighting: 22
Quality criterion - Name: Delivery Approach and Timescales / Weighting: 10
Quality criterion - Name: Warranty Period / Weighting: 6
Quality criterion - Name: Added Value / Innovation / Weighting: 4
Quality criterion - Name: Carbon Reduction / Net Zero / Weighting: 2
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits Methodology / Weighting: 2
Quality criterion - Name: Community Benefits Offering Menu / Weighting: 2
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
4
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The maximum budget within the Agreement is 250,000 GBP and it is anticipated that the Council will purchase a maximum of 40 (forty) heavy duty open hooklift container skips as specified.
Should the Council be unable to purchase the anticipated 40 skips within the budget detailed then it will purchase the maximum number available within the budget outlined.
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
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
Further information on contract performance conditions is located within the Annex 7 of ITT document within the PCS-Tender System.
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
17 November 2023
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
17 November 2023
Local time
12:00pm
Information about authorised persons and opening procedure
Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.
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
Tenderers are encouraged to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the PCS Tender System prior to submitting a Tender.
---
Bidders must complete the SPD (Scotland) within the Qualification Envelope of the PCS-Tender System as part of their submitted Tender.
Full details of the selection criteria, minimum requirements and any associated assessment approach are as stated in the procurement documents / PCS-Tender System.
All Tenderers must also complete the required Technical and Commercial Envelopes within the PCS-Tender System as instructed.
---
Late Tenders will not be considered under any circumstances.
The Council will not provide additional notification to any Bidder of the rejection of a late Tender.
For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council.
The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25318. 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:
Further information on Community Benefits is located within the Annex 2 of ITT document and Technical Envelope within the PCS-Tender System
(SC Ref:747342)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Courts or the Court of Session.