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