Tender

Supply and Delivery of Heavy Duty Open Hooklift Container Skips

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2023/S 000-030216

Procurement identifier (OCID): ocds-h6vhtk-040bac

Published 13 October 2023, 11:09am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

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.