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

Treatment and Disposal of Recyclable and Residual Waste

  • First published: 28 February 2019
  • Last modified: 28 February 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:
Scotland Excel
Authority ID:
AA20796
Publication date:
28 February 2019
Deadline date:
10 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is seeking suitably qualified service providers capable of delivering a service for the treatment of various materials that may be presented for treatment in mixes and compositions that are likely to vary by council both in terms of material type and combination of material from those materials listed below, including twin stream and multiple stream, that may or may not align with the Household Recycling in Scotland Code of Practice. Councils will outline their own particular mix of material as part of their Invitation to Tender (ITT). Potential materials that a mix combination could include some or all of but may not be limited to are: all normal paper and board types, including News and PAMs (Periodicals and Magazines); Old Corrugated Cardboard (OCC); Mixed Paper and Board; Multigrade; Best White No.2. Plastic Bottles and Plastic Containers including, but not limited to Polyethylene; clear PET or coloured PETE; High Density Polyethylene, HDPE; Polyvinylchloride; PVC; Polypropylene; PP; Polystyrene; PS; (other plastics may be presented). Paper/composite based food and beverage cartons. Cans — steel and aluminium food and drink cans, aerosols, glass bottles and jars of all colours. Plastic film and bags, metal pots, pans, cutlery, coat-hangers, biscuit tins and other similar metal items, aluminium foil and trays. Councils will outline their own mix of material and will indicate if they require collection of bulked material and/or provision of a transfer station. Individual councils will detail their own operational specification and service requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scotland Excel

Environment Category Team

Renfrewshire House

Paisley

PA1 1AR

UK

Contact person: Gary Mooney

Telephone: +44 3003001200

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

Fax: +44 1416187423

NUTS: UKM

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

Treatment and Disposal of Recyclable and Residual Waste

Reference number: 27-17

II.1.2) Main CPV code

90514000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Dynamic Purchasing System (DPS) is seeking treatment and/or disposal services for a host of material streams, in the main commonly arising from households, council commercial collections and household waste recycling centres. Material streams anticipated to require such services include but are not limited to, Mixed Recyclate, Paper, Card, News and PAMs, Glass, Cans, Plastics. Metals, Wood, Textiles, Plasterboard, Gas Bottles, Tyres, Inert Material, Bulky Waste, Street Sweepings, Gully Waste, Engine Oil, Cooking Oil, MRF offtakes, MRF outputs and Residual Waste.

The DPS is a 2-stage process. There is no intention to limit the minimum and maximum number of service providers. All service providers that meet the selection criteria and are not excluded must be admitted to the DPS.

The DPS will be open to entrants throughout its life who meet the minimum criteria.

Further information on the selection process can be found within the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  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

Treatment of Co-mingled Mixed Recyclate

II.2.2) Additional CPV code(s)

90500000

90513000

90513100

90510000

90512000

90513300

45232470

42320000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland.

II.2.4) Description of the procurement

This lot is seeking suitably qualified service providers capable of delivering a service for the treatment of various materials that may be presented for treatment in mixes and compositions that are likely to vary by council both in terms of material type and combination of material from those materials listed below, including twin stream and multiple stream, that may or may not align with the Household Recycling in Scotland Code of Practice. Councils will outline their own particular mix of material as part of their Invitation to Tender (ITT). Potential materials that a mix combination could include some or all of but may not be limited to are: all normal paper and board types, including News and PAMs (Periodicals and Magazines); Old Corrugated Cardboard (OCC); Mixed Paper and Board; Multigrade; Best White No.2. Plastic Bottles and Plastic Containers including, but not limited to Polyethylene; clear PET or coloured PETE; High Density Polyethylene, HDPE; Polyvinylchloride; PVC; Polypropylene; PP; Polystyrene; PS; (other plastics may be presented). Paper/composite based food and beverage cartons. Cans — steel and aluminium food and drink cans, aerosols, glass bottles and jars of all colours. Plastic film and bags, metal pots, pans, cutlery, coat-hangers, biscuit tins and other similar metal items, aluminium foil and trays. Councils will outline their own mix of material and will indicate if they require collection of bulked material and/or provision of a transfer station. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10.2.2024 but may be extended for a further 2 x 12-month extensions.

Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a 2-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 2

II.2.1) Title

Treatment of Paper, Cardboard, News and PAMs (separate and/or mixed)

II.2.2) Additional CPV code(s)

90500000

90513000

90513100

90510000

45232470

90512000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of paper, cardboard, News & PAMs. Material will be collected via various methods and to varying standards but as a likely indication, material could for example be collected and presented in line with the PAS 105 Specification for paper waste and comprising of the following broad description – Mixed paper and board: A mixture of various grades of paper and board, without restriction on short fibre content, unsorted, with unusable materials removed. Cardboard: Used boxes and sheets of corrugated board of various qualities. News and PAMs: could be in line with PAS 105 Specification for paper waste. Material may be sorted or unsorted. Collection of bulked/baled material may be required. Individual councils will detail their own material content, mix if applicable, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 3

II.2.1) Title

Treatment of Glass (separate and/or mixed)

II.2.2) Additional CPV code(s)

90500000

42320000

90513000

90513100

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of glass that may be presented mixed and/or separated by colour stream; clear, brown or green. Material will be collected via various methods and to varying standards but as a likely indication, material could be collected and presented in line with the PAS 101 Specification for recovered containers glass. Mixed Glass - Grade C of PAS 101 for colour composition, i.e. Clear: no more than 6 % other colours. Brown: no more than 15 % other colours. Green: no more than 30 % other colours. Green glass – Grade A of PAS 101 for colour composition, modified to accept blue glass or green and not part of the 5 % tolerance, i.e. Green: no more than 5 % other colours. Amber glass – Grade A of PAS 101 for colour composition, i.e. Brown: no more than 5 % other colours. Clear Glass – Grade A of PAS 101 for colour composition, i.e. Clear: no more than 4 % other colours. Collection of material from various locations including households, bulked storage or other forms of collection points may be required. Councils may require provision of suitable containers/banks. Individual councils will detail their own material content and mix if applicable, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 4

II.2.1) Title

Treatment of Cans (Mixed, Aluminium or Steel)

II.2.2) Additional CPV code(s)

90500000

90513000

90513100

90510000

45232470

90512000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of cans that may be presented mixed and/or separated by type, aluminium or steel. Mixed cans are liable to arise from either segregated kerbside collections, bring sites or Household Waste Recycling. The assumption on delivery to the Service Provider is that these will arrive in loose form, but individual Councils may advise otherwise at Invitation to Tender stage. Some variability in the proportions of steel and aluminium cans in the delivered material is to be expected. Aluminium cans are likely to come predominately form segregated kerbside collection schemes and Household Waste Recycling Centres and will may include beverage and/or food containers and aerosols. While unlikely to be explicitly included in widespread recycling collection advice to residents, it is expected that clean aluminium foil, such as foil trays, pie cases and household wrapping foil will be materials that may arrive with the cans and which the Service Provider shall seek to recycle. Steel cans will come predominately from segregated kerbside collections and Household Waste Recycling Centres and are likely to be compliant with BMRA UK Scrap Specification Steel grades 6E (baled, clean steel cans) and 6F (loose steel cans). Generally, cans are likely to be clean, dry and empty (particularly domestic aerosol containers). Material may be sorted or unsorted. While not explicitly included in widespread recycling collection advice to residents, it is expected that other small items of steel material will appear under this Lot and which Service Providers shall seek to recycle. Collection of bulked material may be required as may alignment to other types of collection service. Individual councils will detail their own material content and mix if appropriate, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 5

II.2.1) Title

Treatment of Mixed Plastic Containers

II.2.2) Additional CPV code(s)

90500000

42320000

19600000

19640000

90513000

90513100

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of mixed plastic containers. These materials are likely to be collected predominately from segregated kerbside collections, bring sites and Household Waste Recycling Centres and will be likely to include, but not be limited to some or all of the following: Plastic bottles and Plastic Containers (with or without tops), including Polyethylene; clear PET or coloured PETE, High Density Polyethylene, HDPE, Polyvinylchloride, PP and Black Plastics. May also include drinks pots, tubs and trays of various colours. Collection of bulked material may be required. Individual councils will detail their own individual material content and mix if appropriate, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 6

II.2.1) Title

Treatment of Mixed Rigid Plastics

II.2.2) Additional CPV code(s)

90500000

42320000

19600000

19640000

90513000

90513100

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of mixed rigid plastic materials. These materials are likely to come predominately from Household Waste Recycling Centres and possibly other Council premises, commercial organisations or operations. There is likely to be a mix of types of plastic in this Lot, including but not limited to plastics from uses such as garden furniture, toys, building materials, car bumpers, plastic parts, large containers and packaging crates. Typical plastic types may include single and mixed polymers. Material may be sorted and unsorted. Collection of bulked material may be required. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 7

II.2.1) Title

Treatment of Mixed Scrap Metal

II.2.2) Additional CPV code(s)

90500000

42320000

90513000

90513100

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking qualified service providers capable of delivering a service for the treatment of scrap metals. These materials will come predominately from Household Waste Recycling Centres and possibly other Council premises or operations. Materials may be sorted or unsorted. There are likely to be varying types of metal and composite products within this Lot and as an indication of a recognised standard that is most likely to apply, the British Metal Recycling Association (BMRA) Grade 5c Loose Light iron grade is likely to be the most appropriate, although other metal types including other grades such as Grade 1, Grade 2 and aluminium may be presented. Collection of bulked material may be required. Individual Councils will detail their own material content, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 8

II.2.1) Title

Treatment of Shredded and Non-Shredded Wood

II.2.2) Additional CPV code(s)

90500000

42320000

90513000

90513100

90510000

90512000

90513300

03416000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of wood of varying types, whether shredded or otherwise. Material is likely to come predominately from Household Waste Recycling Centres and possibly other Council premises or operations. Material may be sorted or unsorted. Unless individual councils state otherwise, there is no guarantee that waste wood from a particular council will meet PAS104 or PAS111 standards. It is recognised therefore that both low grade, (suitable for some processing and power and heat generation) and high grade (as per PAS104) may be encountered. Materials likely to be included within scope are MDF, Chipboard, Plywood and/or Blockboard. Collection of bulked material may be required. Individual councils will detail their own material content, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 9

II.2.1) Title

Treatment of Textiles

II.2.2) Additional CPV code(s)

90500000

19600000

19620000

90513000

90513100

90510000

90512000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of textiles that will come mainly from textile banks at bring sites or Household Waste Recycling Centres, emptied by, or under the control of Councils, or from direct collections by, or on behalf of Councils, but may come from other sources. The materials will be a mix of clothes and other household materials such as belts, blankets, curtains, handbags, shoes, sheets and towels. Collection of bulked material and/or collection from individual banks, as well as the provision of banks may be required. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 10

II.2.1) Title

Treatment and Recycling of MRF outputs

II.2.2) Additional CPV code(s)

90500000

42320000

19620000

19640000

90513000

90513100

90510000

90512000

90513300

03416000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking qualified service providers capable of delivering a service for the recycling and/or treatment of materials produced as Material Recycling Facility (MRF) outputs. Collection of bulked material is likely to be required. Materials likely to be included within this Lot (but not limited to) are: Mixed Papers, News & PAMs, Cardboard, Plastic Bottles – PET, Plastic Bottles – HDPE (Natural), Plastic Bottles – HDPE (Coloured), Plastic Bottles – Mixed, Aluminium Cans and Steel Cans. Individual Councils will detail their own material content, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 11

II.2.1) Title

Treatment and Disposal of Bulky Waste

II.2.2) Additional CPV code(s)

90500000

42320000

19600000

19620000

19640000

90513000

90513100

90510000

90512000

90513300

03416000

19630000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of material collected by a Council’s bulky collection service and/or skip services, including material aggregated at Household Waste Recycling Centres or other bulking points in a mixed form. Material is likely to include large household or commercial items such as furniture, mattresses, carpets, mixed garden waste and items from DIY-type construction operations. Material may include arisings from other council operations such as, building maintenance, housing clearance/refurbishment, roads, grounds maintenance, litter picking, flytipping, site clearance, country parks, education and other council services and commercial operations. Councils may require collection of bulked material and the provision and removal of skips may also be required. Additional material arisings could include wood, plastic, metal, glass, tiles and ceramics. Individual councils will detail their own material content, operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 12

II.2.1) Title

Treatment of Plasterboard (Gypsum)

II.2.2) Additional CPV code(s)

90500000

90513000

90513100

90510000

90512000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of Plasterboard (Gypsum) to PAS109 standard (unless otherwise directed by a council) that will most likely come from material collected at Household Waste Recycling Centres and other council collections and operations. Material content is likely to include full and broken boards and waste from construction and refurbishment operations. Collection of bulked material may be required. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10th February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 13

II.2.1) Title

Treatment and Disposal of Inert Wastes and Rubble

II.2.2) Additional CPV code(s)

90500000

90513000

90513100

90510000

90512000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of Inert Waste and/or Rubble and Soil. Materials arising via this Lot are likely to include, but are not limited to, materials such as brick, stone, rubble, hardcore, concrete, clay, sand, soil, tiles, glass, crockery and ceramics. Collection of bulked material may be required. Individual councils will define the materials that they require a service for and will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 14

II.2.1) Title

Treatment and Disposal of Gas Bottles

II.2.2) Additional CPV code(s)

90500000

90513100

90510000

90512000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment of Gas Bottles and Cylinders, which will in the main be collected at Household Waste Recycling Centres and other Council premises or operations and fall out-with the national collection scheme, (i.e. owner/manufacturer is unknown). The following list is not exhaustive; however the materials requiring service under this Lot could include various sizes of camping gas cylinders, fire extinguishers, soda streams, diving cylinders, helium gas cylinders, acetylene cylinders and calibration gas cylinders. Collection of bulked material may be required. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 15

II.2.1) Title

Treatment and Disposal of Tyres

II.2.2) Additional CPV code(s)

90500000

42320000

19600000

90513000

90510000

90512000

90513300

19630000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment, recovery, recycling and disposal of tyres, likely to include standard tyres, commercial tyres (steel banded), loose or baled, both agricultural and non-agricultural. Individual councils will detail their own operational specification and service requirements, including whether they require collection from a bulking point(s) and/or if tyres will be presented with rims removed.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 16

II.2.1) Title

Treatment and Disposal of "Special Waste"

II.2.2) Additional CPV code(s)

90500000

42320000

19600000

19620000

19640000

90513100

90000000

90510000

90512000

90513300

03416000

19630000

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of “Special Waste”. Materials likely to require service include but are not limited to: Animal cremation including deer, pets and wildlife. Asbestos waste, filled sharp boxes, non-chlorinated waste, school lab chemicals, scientific lab chemicals, slurry waste, used products including absorbent granules, pressurised containers, such as aerosols, antifreeze, brake linings, 205lt drums, filters, industrial wipes, paints and solvents, screen wash, petrol, pesticides, herbicides and liquids from garages. Collection of bulked may be required. Individual councils will detail their own operation specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 17

II.2.1) Title

Treatment and Disposal of Street Sweepings and Gully Waste

II.2.2) Additional CPV code(s)

90500000

42320000

90513000

90513100

90000000

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of material likely to have been collected by mechanical street sweeping and suction of road drainage gully arisings and possibly, hand sweepings or litter picking of roads and open areas. Gully arisings are likely to include a mixture of sand, grit, metal and organics with a high moisture content. The materials will be likely to include: 0-15mm gully arisings/sweepings; 16-40mm gully arisings/sweepings. This material is likely to require treatment to remove inert fractions, or fractions capable of treatment to allow diversion from landfill. Collection of material may be required. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 18

II.2.1) Title

Removal and Treatment of Leachate and Interceptor Waste

II.2.2) Additional CPV code(s)

90500000

90000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the removal, transport, treatment and disposal of landfill leachate and interceptor waste which may be required to be collected from storage tanks, leachate ponds, leachate treatment ponds and interceptors. There may also be the requirement for jetting and cleaning of the tanks and cleaning of ponds/removal of slurry/sludge at frequencies determined by the council seeking the service. Individual Councils will outline their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 19

II.2.1) Title

Treatment and Disposal of Engine Oil and Hydraulic Fluid

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of engine oil and hydraulic fluid (and lubricating oil). Councils are likely to require collection of material and may also require provision of and emptying of suitable containers. Material is likely to arise from Household Waste Recycling Centres, council depots, workshops, transport garages, oil filters, contaminated land, spillages and fly tipping. Individual councils will outline the particular service that they require, detailing their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 20

II.2.1) Title

Treatment and Disposal of Cooking Oil and Solid Fats

II.2.2) Additional CPV code(s)

90500000

90510000

90512000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of cooking oils and solid fats. Requirements are likely to include collection and transportation of material and may include provision of and emptying of suitable containers. Materials are likely to arise from Household Waste Recycling Centres or other council premises and operations and/or from fly tipping. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 21

II.2.1) Title

Treatment and Disposal of Residual Waste

II.2.2) Additional CPV code(s)

90500000

42320000

14630000

19600000

19620000

19640000

90513000

90513100

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is seeking suitably qualified service providers capable of delivering a service for the treatment and disposal of material collected as part of Municipal Solid Waste (MSW) household/commercial residual waste collection services by, or on behalf of Councils, as well as potentially from other sources such as Household Waste Recycling Centres and/or sorting at Material Recycling Facilities (MRF’s), or other recyclate sorting. Likely to include a mix of general waste materials, some of which may be recyclable, but which may be adversely affected by organic waste such as food waste or similar cross-contamination. The material in this Lot may be required to be treated by further segregation and/or sorting prior to treatment to ensure diversion of materials such as ferrous, non-ferrous metals and recyclable plastic from landfill or energy production; use in processes to produce energy, refuse derived fuel (RDF), solid recovered fuel (SRF) or other energy releasing material, and; for the remaining fraction after any such treatments, by landfill (note: Ban on biodegradable municipal waste to landfill due to come into effect in Scotland from 1st January 2021, services offered after this date must be compliant with this legislation. Residual Waste content and quality is likely to vary by council and could include pre-sorted and/or pre-treated materials. Collection of bulked material may be required, as may the provision of a transfer station(s). Individual councils will detail their own operational specification and service requirements and may opt to pursue services for their own preferred method of treatment.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

Lot No: 22

II.2.1) Title

Treatment and Dispoal of MRF offtakes

II.2.2) Additional CPV code(s)

90500000

42320000

14630000

19640000

90513000

90513100

90510000

90512000

90513300

45232470

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland

II.2.4) Description of the procurement

This Lot is for the treatment and disposal of offtakes arising from Material Recycling Facilities (MRF) processes and in the main is expected to include fines, non-recovered materials, non-target materials and contaminants. Collection of bulked material may be required. Individual councils will detail their own operational specification and service requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 15-40 %

Price / Weighting:  60-85 %

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The DPS will remain live until 10 February 2024 but may be extended for a further 2x 12 months extensions. Note: Scotland Excel reserves the right to extend further if deemed appropriate to do so subject to the Public Contract (Scotland) Regulation 2015.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The DPS is a two-stage process awarded in accordance with Regulation 35 of the Public Contracts (Scotland) Regulations 2015. There is no intention by Scotland Excel to limit the minimum and maximum number of suppliers. All suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process and the requirements to be met can be found within the procurement documents.

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 a situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016. Information pursuant to Regulation 35(17) of the Public Contracts (Scotland) Regulations 2015 is contained in the procurement documents.

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:

In response to ESPD (Scotland) Question 4A.2 where it is required within a bidder’s country of establishment, bidders must confirm which authorisation(s) or membership(s) of the relevant organisation(s) are required in order to perform this service(s) to be procured under this dynamic purchasing system.

Bidders must hold the following particular authorisation as a minimum:

1) Planning Consent or other approval (name, number and expiry date) from the appropriate Council for all Waste Treatment facilities the bidder is offering, or otherwise an ability to demonstrate of any Planning Consent Exemptions;

2) Waste Management Licence (name, number and expiry date) or an ability to demonstrate of any Exemption or Permit made under the Waste Management Licensing (Scotland) Regulations 2011 (as amended) and/or Pollution Prevention and Control (Scotland) Regulations 2012 (as amended) as required by the Scottish Environmental Protection Agency, or their equivalent regulatory body in other jurisdictions;

3) Waste carrier registration (name, number and expiry date) if the bidder/subcontractor is intending to collect waste from any Council;

4) Where a bidder received a suspension of the above licences, registrations and permits (waste management licence, waste carrier registration, etc.) issued in the past 5 years, the bidder must be able to demonstrate reasons, duration, recommendations, plans in place to implement recommendations and any pending prosecutions of each occurrence of the suspension;

5) Where a bidder has been convicted of breaching environmental legislation, or had any notice served upon it, in the past three years by the environmental regulator or authority (including council). The bidder must be able to give details of the conviction or notice and demonstrate comprehensive remedial actions or changes made as a result of conviction or notice served.

In accordance with Regulation 59(12), of the Public Contracts (Scotland) Regulations 2015, as this proposed dynamic purchasing system is divided into lots, these suitability selection criteria apply separately in relation to each individual lot.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

1) Insurance Requirements

Insurance requirements (ESPD (Scotland) Question 45.5.1 and ESPD (Scotland) Question 45.5.2):

It is a requirement of the contracts to be procured under the dynamic purchasing system 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 liability insurance = to a minimum indemnity limit of 5 000 000 GBP, each and every claim, without limit to the number of claims,

— public and products liability insurance = to a minimum indemnity level of 5 000 000 GBP, each and every claim, without limit to the number of claims,

— third party motor vehicle liability insurance = to a minimum indemnity limit of 5 000 000 GBP, each and every claim in respect of property damage, without limit to the number of claims, unlimited in respect of personal injury.


Minimum level(s) of standards required:

2) Other economic or financial requirements:

Other economic and financial requirements (ESPD (Scotland) Question 4B.6):

A search of the bidder against Equifax’s Protect must not return a “Warning” or “Caution” returnable code or any neutral code, unless the bidder confirms that it can provide any other documents which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does/would not present an unmanageable risk should it be appointed on to the proposed Dynamic Purchasing System.

Equifax’s Protect is a fraud indicator/credit risk search and analysis of 5 areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

1) Relevant examples of previous supplies or services;

2) Subcontracting;

3) Quality Management Procedures;

4) Environmental Management Systems or Standards;

5) Health and Safety Procedures.

In accordance with Regulation 59(12), as this dynamic purchasing system 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:

1. RELEVANT EXAMPLES OF PREVIOUS SERVICES OR SUPPLIES (ESPD (Scotland) Question 4C.1.2):

Bidders will be required to provide a maximum of 3 previous examples of supplies or services carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the supplies or services as described in part II.2.4 of the OJEU.

Has the bidder, any consortium member or any sub-contractors defaulted on the delivery of a contract, had a contract cancelled, or not renewed for failure to perform or, withdraw from the contract prematurely within the last three years, the bidder should be able to demonstrate the circumstances surrounding the event.

2. SUBCONTRACTING (ESPD (Scotland) Question 4C.10):

Bidders 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 Dynamic Purchasing System.

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 ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4.

3. QUALITY ASSURANCE SCHEMES (ESPD (Scotland) Question 4D.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

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

4. ENVIRONMENTAL MANAGEMENT STANDARDS (ESPD (Scotland) Question 4D.2):

The bidder MUST HOLD a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (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 bidder’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).

5. HEALTH AND SAFETY PROCEDURES (ESPD (Scotland) Question 4D.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 of a scheme registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety 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 Health and Safety 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.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

It is likely that Councils will require to collect information relating to Key Performance Indicators, (KPI’s) that will be detailed in the relevant invitation to tender document or discussed and agreed at the start of the period of contract and thereafter monitored as part of the management of the contract. Please see conditions of contract Clause 27 for an indication of the KPIs required (unless otherwise agreed for specific procurements under the DPS).

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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 098-555542

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

Date: 10/02/2026

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/02/2026

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

EN

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 Contract Notice supersedes Contract Notice 555508 which was used for the initial set up of the DPS. This Contract Notice is open until 10/02/2026.

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: http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx

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

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

Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:

http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf.

And the Scottish Prison Service.

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

Economic operators may be excluded from this procurement exercise if they are in any of the situations referred to in Regulation 58 of the Public Contract (Scotland) Regulations 2015.

Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the ESPD (Scotland) document:

— Whether the bidder intends to subcontract any share of the contract to a third party,

— List of the proposed subcontracts as far as it is known at that stage; and

— What proportion/percentage of the contract does the bidder intend to subcontract.

Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately above.

The buyer is using PCS-Tender to conduct this exercise. The Project code is (12286). For more information see: http://publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 12286. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Scotland Excel (and a Council) shall require, information relating to any: Community Benefit Requirements; and community benefits, similar to Community Benefit Requirements, but which are being provided voluntarily under a Contract by the Service Provider. The Service Provider must provide this Community Benefit Requirement information to Scotland Excel in the template that will be provided to the Service Provider at the mobilisation stage and in accordance with the following schedule: 1 April to 30 September Information, must be provided no later than 31 October; and 1 October to 31 March Information, must be provided no later than 30 April. Data supplied by the Service Provider under this Condition must cover all spend and income generated by all parties entitled to use the Dynamic Purchasing System. Participation in this DPS does not guarantee any business, any level of business or any continuity of business.

(SC Ref:569042)

VI.4) Procedures for review

VI.4.1) Review body

Please refer to VI.4.3) below

UK

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

22/02/2019

Coding

Commodity categories

ID Title Parent category
90513100 Household-refuse disposal services Non-hazardous refuse and waste treatment and disposal services
19600000 Leather, textile, rubber and plastic waste Leather and textile fabrics, plastic and rubber materials
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
19640000 Polythene waste and refuse sacks and bags Leather, textile, rubber and plastic waste
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services
90513300 Refuse incineration services Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services Refuse disposal and treatment
90512000 Refuse transport services Refuse disposal and treatment
19630000 Rubber waste Leather, textile, rubber and plastic waste
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
14630000 Slag, dross, ferrous waste and scrap Metal ores and alloys
19620000 Textile waste Leather, textile, rubber and plastic waste
42320000 Waste incinerators Industrial or laboratory furnaces, incinerators and ovens
45232470 Waste transfer station Ancillary works for pipelines and cables
03416000 Wood waste Wood

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.