Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Highland Council
  Glenurquhart Road
  Inverness
  IV3 5NX
  UK
  
            Contact person: Ian Braker
  
            Telephone: +44 7442849669
  
            E-mail: ian.braker@highland.gov.uk
  
            NUTS: UKM6
  Internet address(es)
  
              Main address: http://www.highland.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
            Other: Waste Management
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
The purchase and maintenance of Shredders for pre-treating Bulky Waste
            Reference number: THC/OM/SHRED/2025
  II.1.2) Main CPV code
  42000000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  This contract is for a supplier to provide to the Council two (2) industrial shredders capable of reducing in size, primarily, bulky waste (e.g. furniture, mattresses, toys etc) and Upholstered Furniture (contaminated with Persistent Organic Pollutants, or POPs), in a manner that meets statutory environmental regulations and guidance, in advance of being sent for further treatment.  The contract includes both a purchase element of the shredders (which includes any ancillary equipment to manage POPs containing upholstered furniture) and then a servicing and repair element up to a maximum of fifteen years in duration (with review periods every five years).
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 300 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    42000000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Highland Area
    II.2.4) Description of the procurement
    This contract is for a supplier to provide to the Council two (2) industrial shredders capable of reducing in size, primarily, bulky waste (e.g. furniture, mattresses, toys etc) and Upholstered Furniture (contaminated with Persistent Organic Pollutants, or POPs), in a manner that meets statutory environmental regulations and guidance, in advance of being sent for further treatment.  The contract includes both a purchase element of the shredders (which includes any ancillary equipment to manage POPs containing upholstered furniture) and then a servicing and repair element up to a maximum of fifteen years in duration (with review periods every five years).
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			2 300 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 180
    
                  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
    N/A
   
 
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:
  N/A
  III.1.2) Economic and financial standing
  Minimum level(s) of standards required:
  Insurance:
  Tenderers must hold a minimum
  5,000,000 GBP Employers Liability Insurance
  5,000,000 GBP Public Liability Insurance
  5,000,000 GBP Products Liability Insurance
  Financial:
  The Council will use an independent credit scoring organisation, namely Equifax, to conduct appropriate financial probity checks. You must score a risk rating of low risk in order to be considered for Contract award.
  If the Credit Report contains a risk rating between moderate risk and very high risk, you will be given an opportunity to provide additional information which will be taken into account during the Council’s assessment.
  Where additional supporting information does not satisfy the Council that that the risk is mitigated you shall be allocated a mark of fail and subsequently disqualified.
  III.1.3) Technical and professional ability
  Minimum level(s) of standards required:
  Experience:
  You must submit two examples of providing equivalent or similar services within the last 3 years.
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  As per information contained within Contract Documents
 
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.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              29/05/2025
  
                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: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              29/05/2025
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Community Benefits will be part of this procurement
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=796663.
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.
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:
Please see Contract Documents
(SC Ref:796663)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=796663
VI.4) Procedures for review
  VI.4.1) Review body
  
    Local Sheriff Court
    Inverness
    UK
   
 
VI.5) Date of dispatch of this notice
21/04/2025