Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Abbotsford House, David's Loan
Falkirk
FK2 7YZ
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
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.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.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
Kerbside Collection for Glass,Food Waste & Absorbent Hygiene Products
Reference number
PS/125/23
two.1.2) Main CPV code
- 90511000 - Refuse collection services
two.1.3) Type of contract
Services
two.1.4) Short description
This opportunity is for the provision of a collection service from households that will utilise and expand/alter where appropriate, the existing glass, food waste container service and, as required, Absorbent Hygiene Products (AHP).
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90511200 - Household-refuse collection services
- 90512000 - Refuse transport services
- 90513100 - Household-refuse disposal services
- 90514000 - Refuse recycling services
- 90511000 - Refuse collection services
- 90511100 - Urban solid-refuse collection services
- 90700000 - Environmental services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90710000 - Environmental management
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 34144512 - Refuse-compaction vehicles
- 90510000 - Refuse disposal and treatment
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90513200 - Urban solid-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
This opportunity is for the provision of a recycling collection service from households that will utilise and expand/alter where appropriate, the existing glass, food waste container service and, as required, Absorbent Hygiene Products – (AHP). This will be for 7 years with the option of up to a 3 year extension
two.2.5) Award criteria
Quality criterion - Name: Mobilisation Plan / Weighting: 6
Quality criterion - Name: Daily Operating Plan / Weighting: 6
Quality criterion - Name: Contract Monitoring / Weighting: 6
Quality criterion - Name: Contingency Plan / Weighting: 6
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Health and Safety Procedures and Moitoring / Weighting: 6
Price - Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to 3 years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
It is a requirement of this tender that if the Bidder is UK based they must either hold a valid registration with Companies House or else be able to verify to the Councils satisfaction that they are trading from the address provided and under the trading name given.
Bidder must hold a valid Waste Carriers Licence.
three.1.2) Economic and financial standing
List and brief description of selection criteria
A Creditsafe credit scoring check will be ran on the details provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information can be provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.
Minimum level(s) of standards possibly required
Employers Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Product Liability Insurance = 10 Million GBP
Pollution Liability Insurance = 1 Million GBP
Motor Vehicle Insurance = Minimum requirements as governed by UK legislation but also covering carriage of waste.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide two examples from the last three years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice
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: 2022/S 000-027167
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 January 2024
Local time
11:00am
Changed to:
Date
2 February 2024
Local time
11:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 January 2024
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2032
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
Bidders will be required to provide two examples from the last three years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice
If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.
Bidders will be required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation’s own scope 1 and 2 emissions.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract
.
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or provide additional supportive information as detailed within PS 125 23 Appendix E SPD Standardised Statements.
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001(or equivalent) or provide additional supportive information as detailed within PS 125 23 Appendix E SPD Standardised Statements
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within PS 125 23 Appendix E SPD Standardised Statements
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748502.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
The successful contractor will be required to provide a minimum of two (No. 2) periods of six weeks per annum paid work experience for a participant(s).
In addition
Number of Employed Status Opportunities (e.g. modern apprenticeships)
1st Opportunity cumulative spend exceeds 1 Million GBP
2nd Opportunity cumulative spend exceeds 4 Million GBP
3rd Opportunity cumulative spend exceeds 7 Million GBP
4th Opportunity cumulative spend exceedse 10 Million GBP
5th Opportunity cumulative spend exceeds 13 Million GBP
6th Opportunity cumulative spend exceeds 16 Million GBP
(SC Ref:748502)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=748502
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom