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 and Delivery of Waste Disposal Equipment

  • First published: 16 April 2024
  • Last modified: 16 April 2024

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:
ocds-h6vhtk-03fbc2
Published by:
Scotland Excel
Authority ID:
AA20796
Publication date:
16 April 2024
Deadline date:
14 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender exercise is designed to establish a Framework for the Supply and Delivery of Waste Disposal Equipment. The objective of this framework is to provide Council’s with a mechanism to procure a wide range of waste disposal equipment, including, but not limited to, large containers, skips, compactors, balers, and roll packers. The end users of this framework are likely to be the Waste and/or Environment Departments within councils.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

UK

E-mail: environment@scotland-excel.org.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.scotland-excel.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Delivery of Waste Disposal Equipment

Reference number: 0923

II.1.2) Main CPV code

44613000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This tender exercise is designed to establish a Framework for the Supply and Delivery of Waste Disposal Equipment. The objective of this framework is to provide Council’s with a mechanism to procure a wide range of waste disposal equipment, including, but not limited to, large containers, skips, compactors, balers, and roll packers. The end users of this framework are likely to be the Waste and/or Environment Departments within councils.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.1.5) Estimated total value

Value excluding VAT: 4 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Skips and Containers

II.2.2) Additional CPV code(s)

44613700

34928480

44613800

44614300

44616200

44614100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland

II.2.4) Description of the procurement

This lot will include the supply and delivery of skips and containers.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 2 400 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement

Documents for further information.

Lot No: 2

II.2.1) Title

Compactors

II.2.2) Additional CPV code(s)

39713300

43315000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Description of the procurement

This Lot is related to the supply and delivery of Compactors.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

Lot No: 3

II.2.1) Title

Balers

II.2.2) Additional CPV code(s)

42914000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Description of the procurement

This Lot is for the Supply and Delivery of Balers.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

Lot No: 4

II.2.1) Title

Roll Packers

II.2.2) Additional CPV code(s)

42914000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Description of the procurement

This Lot is for the Supply and Delivery of Roll packers.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

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:

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements

2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.

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

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY INSURANCE - no less than GBP 10 million in respect of each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE - Minimum of GBP 10 million, any one claim, and in the aggregate for products.

MOTOR VEHICLE INSURANCE - statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.


Minimum level(s) of standards required:

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS

A search of the tenderer against Equifax's ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

1. SPD (Scotland) Question 4C.10 - Subcontracting

2. SPD (Scotland) Question 4D.1 - Quality Assurance Schemes

3. SPD (Scotland) Question 4D.1 - Health and Safety Procedures

4. SPD (Scotland) Question 4D.2 - Environmental Management Standards

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability

selection criteria apply separately in relation to each individual lot.


Minimum level(s) of standards required:

SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off

under the proposed framework agreement.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you

must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification

Envelope, except Part 4 (Selection criteria).

SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that

the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS

ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered

membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or

equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels

within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities

of health and safety management and compliance with legislation.

SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:

The tenderer must have the following:

The tenderer 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

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This

policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response

procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example

hazardous substances spill control)

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that

the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of

a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the

legal form taken by those entities in order to enter into the contract).

For full details of the conditions relevant to the proposed framework agreement, and contracts to be called-off thereunder (to the extent

known or settled at this stage), please see the procurement documents (details of how to access these being set out in section "I.3)

Communication" of this Contract Notice).

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 12

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:

2023/S 000-026821

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

Date: 14/05/2024

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: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/05/2024

Local time: 12:00

Place:

Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on

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

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

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without

limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the

UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents

should therefore be interpreted and applied as currently in force.

Scotland Excel is a central purchasing body procuring this framework on behalf of the following contracting authorities (and successor

bodies):

- 32 local authorities in Scotland

- Scotland Excel associate members: http://www.scotland-excel.org.uk/home/aboutus/ourmembers/Ourmembers.aspx

- Tayside Contracts

- NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978

- Scottish Prison Services (SPS) and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service

- Scottish Government

- Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education

sector in Scotland and their associated and affiliated bodies.

- Any integration authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014.

The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with

Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to this framework agreement set out in

section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the

envisaged maximum number to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member

Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement.

IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to

evidence conformance with the Tender Specification in all lots . Bids MAY be excluded from evaluation (in whole, or in part) if they do

not include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH

in particular circumstances detailed in the instructions. Further detailed information and instructions are contained within the tender

documents located within the Information and Instructions to Tenderers inc Evaluation Methodology document.

REBATE REQUIREMENTS

Bidders should note that retrospective rebates apply to this Framework. Further details are contained in the tender documents located within

the Special Conditions and the Information and Instructions to Tenderers inc Evaluation Methodology document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26383. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community

benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community

benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:763477)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)

Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session

VI.5) Date of dispatch of this notice

15/04/2024

Coding

Commodity categories

ID Title Parent category
43315000 Compacting machinery Civil engineering machinery
44614300 Container storage system Casks
44613800 Containers for waste material Large containers
44613000 Large containers Tanks, reservoirs, containers and pressure vessels
42914000 Recycling equipment Distilling, filtering or rectifying apparatus
44613700 Refuse skips Large containers
39713300 Rubbish compactors Electrical domestic appliances for cleaning; smoothing irons
44614100 Storage bins Casks
34928480 Waste and rubbish containers and bins Road furniture
44616200 Waste drums Drums

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:
environment@scotland-excel.org.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.