Opportunity

Design, Supply and Install of a Materials Recovery Facility (MRF)

  • Glasgow City Council

F02: Contract notice

Notice reference: 2023/S 000-030816

Published 18 October 2023, 4:27pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

linda.o'dell@glasgow.gov.uk

Telephone

+44 1412876437

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.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

Design, Supply and Install of a Materials Recovery Facility (MRF)

Reference number

GCC005911CPU

two.1.2) Main CPV code

  • 45222100 - Waste-treatment plant construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Procurement for the design, supply and install of a Materials Recovery Facility (MRF) as part of the planned re-development of Glasgow City Council's Easter Queenslie property at 90 Easter Queenslie Road Glasgow G33 4UL.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Procurement of a new MRF to be located on a council site in Easter Queenslie. The site area is ca. 4.57 ha and will be a multiuse site, consisting of an HWRC, material transfer station, MRF, offices and vehicle parking.

The proposed implementation of a new recycling collection model targeting separate collection of fibre (paper / card), containers and film, it is critical that the new MRF is flexible and capable of processing a diverse range of separately collected material streams. It is anticipated that there will be 30,000tpa of fibre and 20,000tpa of containers. The site must also be able to process 30,000 tonnes per annum of commingled recyclable material and waste so that it is equipped to deal with the transition phase of the site.

The Plant shall be of optimum modular design and the configuration of the plant shall give the council, the best combination between CAPEX, OPEX, and the ability to deliver a high-quality recycling service for the residents of Glasgow City. The purpose of the Plant is to:

- Meet the required needs for a minimum 10-year operating life.

- Improve the overall recycling rate of the input materials compared to current performance.

- Ensure the Works exceeds all regulations and standards.

- Produce high quality output materials to ensure a sustainable long-term market for products; and,

- Design a brand new, state of the art, automated MRF incorporating best practice to be cost effective over the life of the contract with low picker numbers and low life cycle costs.

A full and detailed specification 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

24

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

It is anticipated that all bidders will be invited to tender, where bidders can be identified as having met the minimum criteria for consideration.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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 relation to Trading Performance, Liquidity and Balance Sheet strength in order to participate in the tendering process: -

Trading Performance Ratio

An overall positive outcome on pre-tax profits over a 3-year period. Exceptional items occurring in the normal course of business or non-recurring items can be excluded from calculation.

Liquidity Ratios

- Current Ratio - Current Assets/Current Liabilities

- Leverage Ratio - Long-term Debt/Net Worth

Bidders must achieve a score of 5 and above from a combination of above two liquidity ratios. Scoring method is provided within the procurement documents.

Intangibles can be included for purposes of the Net Worth figure.

Asset based debt (Hire Purchase/Finance Leases) can be excluded for purposes of Long-Term Debt figure.

Balance Sheet Strength

Net worth of the organisation must be positive.

Intangibles can be included for purposes of the Total Assets figure

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

Guidance and Information

The above ratios should be calculated on most recent accounts filed at Companies House.

For non-UK Companies, the ratios should be calculated on information contained in the most recent audited accounts.

Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three-year profitability requirement to be verified.

Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading.

Bidders who do not comply with the above financial requirements, but are part of a Group, may be required to provide a Parent Guarantee (in the council style) if the Parent company satisfies the financial requirements stipulated above.

Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.

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

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 2023/S 000-197841

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

Date

20 November 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 December 2023

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

At the SPD stage:

1) 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.

2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in Section 4D of the SPD. The submission of this evidence is mandatory and will be evaluated as a pass / fail.

3) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the Invitation to Participate document. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the attachments area within PCS-T(NB the Council does not bind itself to withhold this information).

If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage:

4) Collateral warranties may be required. This will be detailed at ITT stage.

5) Tenderers Amendments - The Bidder must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to their offer. Bidders will be required to complete the Tenderers amendment certificate contained in the attachment area within PCS-T.

6) Prompt Payment - The successful Bidder shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the Bidder's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the Bidder) be paid within 30 days of receipt. The successful Bidder shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS-T.

7) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS-T.

8) Bidders will be required to complete an FOI certificate at ITT stage (as well as SPD stage as detailed in item 3 above).

9) Terms and Conditions relating to this contract will be IChemE, The Red Book, Lump Sum Contract, 5th Edition, 2013. The conditions of contract will be located within the attachments area within PCS-T at ITT stage.

If the bidder is successful:

10) Insurance Mandate – The successful Bidder will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the council to request copies of insurance documents from the Bidder’s insurance provider. If the mandate is not signed and returned the council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24897. 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:746617)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G2 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

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.