Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 26th Nov 2024

Tender Details
Referenceocds-h6vhtk-04ac14
Common Procurement VocabularyRefuse transport services
Procurement MethodOpen procedure
Value£6,500,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 26th Nov 2024

Tender Details
Referenceocds-h6vhtk-04ac14
Common Procurement VocabularyRefuse transport services
Procurement MethodOpen procedure
Value£6,500,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Email

cpu [at] falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Bulky Waste Collection

Reference number

PS 401 25

II.1.2) Main CPV code

  • 90512000 - Refuse transport services

II.1.3) Type of contract

Services

II.1.4) Short description

Uplift of bulky waste items from outside residents premises and deposit at Falkirk Council HWRC.

II.1.5) Estimated total value

Value excluding VAT: £6,500,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 34144510 - Vehicles for refuse
  • 34144511 - Refuse-collection vehicles
  • 90511000 - Refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90511200 - Household-refuse collection services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services
  • 34130000 - Motor vehicles for the transport of goods
  • 60100000 - Road transport services
  • 90700000 - Environmental services
  • 90720000 - Environmental protection
  • 90000000 - Sewage, refuse, cleaning and environmental services

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

II.2.4) Description of the procurement

This opportunity is for a bulky waste collection service within the Falkirk area, which is carried out on a specified dedicated day for each Ward area. On average c 170 bulky waste work tickets are scheduled per week across the area, averaging from 32 - 50 per day /ward, with an average uplift weight of 90kg/household.

II.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 20

Price - Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £6,500,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to 2 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

SEPA Waste Carrier Licence is required.

It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given

III.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be ran on registered Company Name and Company Number 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 is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.

Required Insurances

Minimum level(s) of standards possibly required

Employer’s (Compulsory) Liability Insurance = 10 Million GBP any one claim

Public Liability Insurance = 2 Million GBP any one claim

Product Liability Insurance = 2 Million GBP in aggregation

Motor Insurance = allowing the carriage and uplift of goods as required by the contract and minimum requirements under UK legislation

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-033104

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

Date

6 January 2025

Local time

11:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

6 January 2025

Local time

11:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: September 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies.

2. Bidders will provide a statement of the relevant supply chain management and/or tracking systems used.

3. Bidders will provide a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template.

4. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

5. 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 SPD (Scotland) Standardised Statements

6. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements.

7. 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 SPD (Scotland) Standardised Statements.

Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response in advance of the submission deadline to avoid any last minute issues.

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=783813.

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 paid work experience per annum for participants who are obtained from a source agreed by the Council.

(SC Ref:783813)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=783813

VI.4) Procedures for review

VI.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom