Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West College Scotland
Renfrew Road
Paisley
PA3 4DR
UK
Telephone: +44 3006006060
E-mail: procurement@wcs.ac.uk
NUTS: UKM
Internet address(es)
Main address: http://www.westcollegescotland.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465
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
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Waste Management Services, Confidential Waste and Associated Equipment
Reference number: WCS 18/099
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
This tender is for the provision of waste management services including confidential waste and associated equipment at West College Scotland's four campuses at Clydebank, Greenock Finnart Street, Greeenock Waterfront and Paisley. This waste will include but not be limited to Residual Waste, Street Sweeping, Co-mingled Dry Recyclables, Paper, Cardboard, News and PAMs, Glass, Cans, Plastics, Scrap Metal, Wood, Waste Oil Fuels, Lubricants and Associated Products, Tyres Waste, Electrical and Electronic Equipment, Textiles and the uplift and destruction of confidential waste. There is also a requirement for the rental, installation, commissioning, servicing and maintenance of compactors for the Paisley and Clydebank Campuses.
II.1.5) Estimated total value
Value excluding VAT:
395 000.00
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
Waste Management Services
II.2.2) Additional CPV code(s)
90500000
03416000
19600000
19610000
19620000
19630000
90514000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The College has an ongoing requirement for a service to uplift, treat, dispose and recycle all general waste and recyclate at all four of the College's campuses at Paisley, Greenock Finanrt Street, Greenock Waterfront and Clydebank. This waste will include but not be limited to Residual Waste, Street Sweeping, Co-mingled Dry Recyclables, Paper, Cardboard, News and PAMs, Glass, Cans, Plastics, Scrap Metal, Wood, Waste Oil Fuels, Lubricants and Associated Products, Tyres Waste, Electrical and Electronic Equipment, and Textiles.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
395 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for a maximum period of 4 years. The initial period of the contract will run for 2 years from the start date with an option to extend for up to a further 2 years subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of the college.
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
Lot No: 2
II.2.1) Title
Uplift and Destruction of Confidential Waste
II.2.2) Additional CPV code(s)
90514000
90500000
34928480
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The college has a requirement for a service to uplift and destroy confidential waste and provide lockable waste consoles for this confidential waste storage at West College Scotland's four campuses at Clydebank, Greenock Finnart Street, Greenock Waterfront and Paisley.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for a maximum period of 4 years. The initial period of the contract will run for 2 years from the start date with an option to extend for up to a further 2 years subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of the college.
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
Lot No: 3
II.2.1) Title
The Rental of Waste Compactors including Installation, Commissioning, Maintenance and Servicing
II.2.2) Additional CPV code(s)
34928480
44613700
90500000
90000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The College has a requirement to rent a waste compactor at it's Paisley and Clydebank Campuses. This rental agreement shall also include installation, commissioning, servicing and maintenance of the equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for a maximum period of 4 years. The initial period of the contract will run for 2 years from the start date with an option to extend for up to a further 2 years subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of the college.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Lots 1 and 2 only.
4A.2 — 4A.2.3 Bidders are required to confirm that they (or nominated subcontractors) hold the following authorisations and provide copies of each authorisation:
1) Current and valid Waste Carriers License;
2) Current and valid Site License or Permit for the appointed location(s) of the site(s)where bulk waste is stored;
3) Current and valid Site License or Permit for the appointed location(s) of the sites(s) where bulk waste is processed and/or treated.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
ESPD Question 4B:
The Contractor shall, throughout the period of this Agreement, maintain such insurance as is necessary to cover the liability of the Contractor and any authorised subcontractors in respect of accidents, injury or damage to the persons or property of the College, College employees or third parties.
Minimum level(s) of standards required:
The minimum insurance requirements are as follows:
— employers (compulsory) liability insurance 5 000 000 GBP,
— product liability insurance 5 000 000 GBP (Lots 2 and 3 only),
— public liability insurance 10 000 000 GBP,
— commercial motor insurance as required under UK Law.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
ESPD Question 4C:
Bidders will be required to provide a minimum of 2 examples, within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in Part II.2.4 of this Contract Notice. The experience provided will be for projects of a similar value, size and scope.
Unsatisfactory experience will result in a fail and exclusion from the tender process.
ESPD Question 4C:
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards required:
Quality management procedures:
ESPD Question 4C:
1) 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
2) A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the Instruction to Tenderers document for full details.
ESPD Question 4C:
Environmental management standards:
1) 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
2) An Environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the Instruction to Tenderers document for full details.
Health and safety procedures:
1) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum; or
2) A health and safety policy authorised by their Chief Executive or equivalent, Full details are contained within the ESPD guidance form within the Instructions to tenderers document.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 159-364582
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/01/2019
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/01/2019
Local time: 12:00
Place:
West College Scotland, Renfrew Road, Paisley, PA3 4DR.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The ESPD forms the Qualification Envelope for this tender. This tender is split into the following lots:
Lot 1: Waste Management Services for General Waste and Recyclates;
Lot 2: The Uplift and Destruction of Confidential Waste;
Lot 3: The Rental, Installation, Commissioning, Servicing and Maintenance of Compactors.
Bidders may submit a tender for 1, any or all lots.
ESPD Question 2.C.1 Reliance on the capacities of other entities:
Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon ESPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely.
Bidders are required to complete a shortened version of the ESPD for each subcontractor on whose capacity the bidder does not rely on. Exclusion Criteria.
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.
ESPD Questions 3A-3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a pass/fail basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the college of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the College is not satisfied as to the self cleansing measures undertaken.
Waste disposal and processing facilities should be within a reasonable round trip distance of the college campuses. The college will assess the location of all facilities being used by tenderers. Please refer to Section 14 of the Lot 1 specification document.
Suppliers are required to attend a site visit organised through the PCS-T message board prior to bidding. Please refer to 2.5.7 in the PCS-T Technical Envelope.
Freedom of Information Act — Information on the FOI Act is contained in Information and Instructions document of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the College does not bind itself to withhold this information).
Non-Collusion — Applicants will be required to complete the non-collusion certificate.
The college's standard terms and conditions are located within the buyers attachments area within the PCS Tender portal.
Additional information pertaining to this contract notice is contained in the Invitation to Tender documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this Contract Notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 11668
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11668
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
A description of the Community Benefits requested relating to this contract are included in the ITT documentation.
(SC Ref:566902)
VI.4) Procedures for review
VI.4.1) Review body
West College Scotland
Renfrew Road
Paisley
PA3 4DR
UK
Telephone: +44 3006006060
Internet address(es)
URL: http://www.westcollegescotland.ac.uk
VI.5) Date of dispatch of this notice
11/12/2018