Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply, Delivery and Maintenance of a Towed Mobile Screener

  • First published: 15 April 2019
  • Last modified: 15 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Tayside Procurement Consortium
Authority ID:
AA20930
Publication date:
15 April 2019
Deadline date:
13 May 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Towed Mobile Screener for Angus Council for the screening of garden waste at Restenneth Landfill.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Telephone: +44 1382834009

E-mail: yvonne.graham@dundeecity.gov.uk

NUTS: UKM71

Internet address(es)

Main address: http://www.taysideprocurement.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

I.2) 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/authority


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/authority


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

Supply, Delivery and Maintenance of a Towed Mobile Screener

Reference number: TPC/SCREENER/19/08

II.1.2) Main CPV code

43325100

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Supply, delivery and optional maintenance for: Mobile Towed Screener for Angus Council.

II.1.5) Estimated total value

Value excluding VAT: 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

43325100

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus Council — Forfar

II.2.4) Description of the procurement

Towed Mobile Screener for Angus Council for the screening of garden waste at Restenneth Landfill.

II.2.5) Award criteria

Criteria below:

Quality criterion: Product specification / Weighting: 6

Quality criterion: Health and safety / Weighting: 3

Quality criterion: Delivery / Weighting: 12

Quality criterion: Service / Weighting: 24

Quality criterion: Warranty / Weighting: 6

Quality criterion: Spare parts / Weighting: 6

Quality criterion: Community benefits and fair working practices / Weighting: 5

Price / Weighting:  40

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further 2 years.

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

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.1.2) Economic and financial standing

List and brief description of selection criteria:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

— employer’s (compulsory) liability insurance = 10 000 000 GBP,

— public liability insurance = 5 000 000 GBP.


Minimum level(s) of standards required:

— employer’s (compulsory) liability insurance = 10 000 000 GBP,

— public liability insurance = 5 000 000 GBP.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.9) Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.

4C.10) Sub-contacting: the bidder is required to provide details of the proportion (i.e percentage) of the contract that bidder intends to subcontract.


Minimum level(s) of standards required:

Bidders require to demonstrate that they:

4C.9 have access to transport for the purpose of delivering the plant, details of transport to be provided have appropriate tools and workshops for the maintenance of equipment (if required).

4C.10 Sub-contacting: the bidder is required to provide details of the proportion (i.e percentage) of the contract that bidder intends to subcontract.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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 in the OJ S:

2018/S 188-424246

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

Date: 13/05/2019

Local time: 12:00

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

EN

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/05/2019

Local time: 13:00

Place:

Fairmuir Depot, 365 Clepington Road, Dundee DD3 8DZ.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The participants in this contract are:

— Angus Council,

— question scoring methodology for Selection Criteria (ESPD) is pass/fail,

— award criteria questions can be found in the ITT together with the weightings.

Award scoring

0 — Unacceptable — Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 — Poor — Response is partially relevant but generally poor. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

2 — Acceptable — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 — Good — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 — Excellent — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

ESPD is available Electronically via the Postbox. Please contact the Public Contracts Scotland Helpdesk on 08002229003 if you are experiencing problems.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=580533

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 subcontract 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Support to community:

(SC Ref:580533)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=580533

VI.4) Procedures for review

VI.4.1) Review body

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Telephone: +44 1382834009

E-mail: yvonne.graham@dundeecity.gov.uk

Internet address(es)

URL: http://www.taysideprocurement.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

UK

Telephone: +44 1312252595

E-mail: enquiries@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

10/04/2019

Coding

Commodity categories

ID Title Parent category
43325100 Grounds-maintenance equipment Park and playground equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
yvonne.graham@dundeecity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.