Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Zero Waste Scotland Ltd
  Ground Floor, Moray House, Forthside Way
  Stirling
  FK8 1QZ
  UK
  
            Telephone: +44 1786433930
  
            E-mail: procurement@zerowastescotland.org.uk
  
            NUTS: UKM
  Internet address(es)
  
              Main address: http://www.zerowastescotland.org.uk/
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Provision of a Reverse Vending Machine and Associated Infrastructure
            Reference number: O3T1-P5-22.01
  II.1.2) Main CPV code
  42933000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  Open Tender following a preliminary market consultation for the provision of a Reverse Vending Machine and associated infrastructure to support delivery of a community return scheme on Orkney.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    90713000
    75200000
    98133100
    85322000
    II.2.3) Place of performance
    NUTS code:
    UKM65
    II.2.4) Description of the procurement
    This is a Single Stage ("Open") tender conducted using the Public Contracts Scotland (PCS) portal and the Find a Tender Service (FTS) for above threshold contracts, in accordance with the Public Contracts (Scotland) Regulations 2015.
    Zero Waste Scotland Limited invites tenders from capable and experienced suppliers for the provision of a Reverse Vending Machine (RVM), including the associated infrastructure, to be tested and fully operational for the launch of the Orkney Container Return Initiative (OCRI) in November 2022.
    The supplier will thereafter be required to provide local support services to ensure the RVM is well maintained and safe to use at all times before decommissioning and removing all equipment and infrastructure at the conclusion of the initiative.
    Further details of the specification of requirements, the award criteria, and the evaluation and award processes are provided in the Additional Documents to this Contract Notice.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality Criteria
                    / Weighting: 75
    
                    Price
                    
                      / Weighting: 
                      25
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                15/08/2022
    
                End:
                16/09/2023
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Client may choose to extend this Contract for the continued provision of the requirements and to help facilitate the decommissioning of the initiative and / or the transfer to Scotland’s Deposit Return Scheme.  A further three (3) monthly extension options are provided in this Contract for that purpose, to the maximum of 16 December 2023.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
 
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:
  III.1.1 of the Contract Notice is not applicable to this procurement procedure.
  Section A of Part IV of the Single Procurement Document (SPD) (Scotland) is not being used for this contract opportunity.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  The relevant selection criteria for Section B of Part IV of the SPD (Scotland) are included in the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure.
Minimum level(s) of standards required:
  It is a requirement of this contract that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
  Employer’s (Compulsory) Liability Insurance = 5 000 000.00 GBP
  Public Liability Insurance = 5 000 000.00 GBP
  Professional Indemnity Insurance = as noted in the procurement documents
  http://www.hse.gov.uk/pubns/hse40.pdf
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  The relevant selection criteria for Sections C and D of Part IV of the SPD (Scotland) are included in the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure.
Minimum level(s) of standards required:
  Suppliers should refer to the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure for confirmation of the questions on technical and professional ability and how the information provided in response will be evaluated.
 
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:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2022/S 000-008813
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              11/07/2022
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 3 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              11/07/2022
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Please read the additional documents provided with this Contract Notice carefully. These include details and information on:
– the background to this procurement,
– the goods and services required,
– requirements and expectations for quality and contract management,
– selection and award criteria (including the relevant evaluation methodologies),
– the Terms and Conditions of the anticipated Contract, and
– how to participate in this procurement procedure
Any questions or clarifications on the content of these additional documents and / or this Contract Notice should be raised using the Ask a Question facility provided with the Contract Notice on the Public Contracts Scotland web portal only and must be received before the stated deadline for questions. This includes any request to modify or vary the terms and conditions of contract.
You should use the templates provided for preparing your technical and commercial responses, for providing information on your business and any commercially confidential elements of your tender submission, and for the relevant declarations.
You may provide responses for either of the preferred solution types identified in the Section 2 - Specification document.  However, these must be uploaded as separate parts to your tender submission and clearly labelled to identify which solution type the response relates to, for evaluation purposes.  We reserve the right to reject any tender submission that includes responses to both solution types.
Zero Waste Scotland is generally unable and unwilling to respond to questions or requests for clarification received by any other means, including after the deadline for clarifications has passed, and will not enter into negotiation on any terms or conditions of contract after that time.
Zero Waste Scotland received three (3) questionnaire responses as the result of the pre-market consultation exercise - from RVM Supply Limited (Infrastructure Supply) and Employability Orkney (Infrastructure Supply and Community Benefits).  The information provided in those questionnaire responses has been used to inform but has not influenced the development of the procurement documents in favour of any potential supplier and / or community interest group.
Zero Waste Scotland intends to award a contract as a result of this tendering procedure but is not obliged to accept any tender submission.
An anticipated timetable for this procurement procedure is provided in the Invitation to Tender document.
Please do not contact Zero Waste Scotland following the deadline for tender submissions to enquire if or when a decision will be made as we are generally unable and unwilling to respond.
Your tender submission may be ruled non-compliant where you fail to follow the instructions and / or use the template documents provided in the procurement documents, unless alternative instructions and / or approaches to preparing a tender response have been agreed and communicated as appropriate through this Contract Notice.
Direct approaches to Zero Waste Scotland or any of its management or staff regarding this procurement procedure may be considered an attempt to influence the outcome of the procurement procedure and may lead to your tender submission being disqualified.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=693113.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:693113)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=693113
VI.4) Procedures for review
  VI.4.1) Review body
  
    Stirling Sheriff Court and Justice of the Peace Court
    Stirling
    UK
   
 
VI.5) Date of dispatch of this notice
07/06/2022