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: jennifer.mccartney@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.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
Environment
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Options Appraisal Re-Tender
            Reference number: O3T1-P2-23.01
  II.1.2) Main CPV code
  90700000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Zero Waste Scotland provide funding and technical support to Local Authorities to support their alignment with Government policies and strategies. This includes aligning with the Household Recycling Charter and associated Code of Practice. The Scottish Government has also launched a Recycling Improvement Fund and this framework may seek to demonstrate impact of potential bids before funding is approved.
  Options Appraisal support to model potential changes in Local Authority waste and recycling provision. The Options Appraisal will seek to maximise operational efficiency and where possible reduce the cost of the service or align with policy requirements.
  There is a significant shift in the policy landscape that will impact upon Local Authority collections including Deposit Return Scheme and Extended Producer Responsibility.
  There is also a commitment to review the Code of Practice that sits alongside the Charter for Household Recycling to take account of upcoming policy changes.
  II.1.5) Estimated total value
  Value excluding VAT: 
			500 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    90700000
    73000000
    II.2.3) Place of performance
    NUTS code:
    UKM
    II.2.4) Description of the procurement
    The Framework covers a range of potential support requirements, which the Contractor may be required to deliver for a Local Authority (the Client organisation) in full or in part as relevant to the Call Off request, and which may involve the following support service requirements:
    -Baseline assessments of the current service provision
    -Options appraisals based on baseline assessments
    -Full Options Appraisals
    -Critical review of Options Appraisals.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Provision of specialist support
                    / Weighting: 40
    
                    Quality criterion: Framework management and co-ordination
                    / Weighting: 25
    
                    Quality criterion: Knowledge of subject matter
                    / Weighting: 15
    
                    Quality criterion: Quality expectations
                    / Weighting: 15
    
                    Quality criterion: Sustainability
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      10
    II.2.6) Estimated value
    Value excluding VAT: 
			500 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    2 (12) month extension options are available.
    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
    This is a re-tender of a contract put in place early 2022. Due to increased support required through the contract it means we are approaching the maximum contract value sooner than expected therefore, we are required to go out to the market again due to procurement regulations.
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with a single operator.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              28/04/2023
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              28/04/2023
  
              Local time: 12:00
 
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
Project title: Options Appraisal Re-tender
ITT Number: 49231
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23846. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:727448)
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
28/03/2023