Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 26th Nov 2024
Reference | ocds-h6vhtk-04ac14 |
Common Procurement Vocabulary | Refuse transport services |
Procurement Method | Open procedure |
Value | £6,500,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 26th Nov 2024
Reference | ocds-h6vhtk-04ac14 |
Common Procurement Vocabulary | Refuse transport services |
Procurement Method | Open 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
cpu [at] falkirk.gov.uk
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
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