Award

Council Buildings Waste

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

05 Nov 2021 at 12:24

Tender

17 Jun 2021 at 07:54

Planning

05 Feb 2021 at 12:40

Summary of the contracting process

The South Lanarkshire Council is conducting a public procurement for refuse collection services titled "Council Buildings Waste". This tender is categorised under refuse collection services and is intended for locations across South Lanarkshire, including both urban and rural areas. The procurement method is an open procedure, with the tender period scheduled to end on 20th July 2021. The estimated contract value per annum is £630,000, with a possibility of extension for up to 24 months beyond the initial five-year contract term. All bids must comply with mandatory and discretionary exclusion grounds related to the qualifications of bidders detailed in the tender documentation.

This tender presents significant opportunities for waste management companies and contractors specialising in refuse collection, disposal, and recycling services. Firms with a strong track record in municipal waste management, environmental sustainability practices, and robust quality assurance standards will be particularly well-suited to compete. The need for community benefits, as outlined in the tender, also encourages businesses to demonstrate social responsibility as part of their submissions, potentially enhancing their competitiveness in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Council Buildings Waste

Notice Description

South Lanarkshire Council invites offers from suitably qualified service providers to collect "Contract Waste" from its buildings and to recycle, treat or dispose of it in a manner appropriate to each particular waste stream. Bidders are specifically referred to the definition of "Contract Waste" in the Conditions of Contract. The Service is currently provided to Circa 442 premises across South Lanarkshire. "Contract Waste" currently includes three separate waste streams - Residual Waste, Recyclable Waste and Food Waste. NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

Lot Information

Lot 1

There are circa 442 premises that require waste collection services under the proposed contract. These premises are located throughout South Lanarkshire in urban and rural areas and the collection requirements (in terms of waste streams and frequencies) can be varied. Refuse collection services. Refuse disposal and treatment. Refuse recycling services. The purpose of this contract is to secure the services of a contractor(s) to deliver the service across South Lanarkshire. In line with all statutory requirements and legal obligations, the successful contractor(s) will be required to collect residual waste, mixed recyclate and food waste where appropriate, through separate uplifts for each stream from properties owned or operated by the Council or its associated bodies. N.B Estimated cost per annum is only a guide. Additional information: Please note total quality section weightings add to 100% - Quality overall weighting is 35% and Price is 65% weighting

Renewal: The contract is for 5 years with the option to extend for up to 24 months at the sole discretion of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029096
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027818-2021
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34144510 - Vehicles for refuse

34144511 - Refuse-collection vehicles

90500000 - Refuse and waste related services

90510000 - Refuse disposal and treatment

90511000 - Refuse collection services

90512000 - Refuse transport services

90514000 - Refuse recycling services

Notice Value(s)

Tender Value
£630,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£4,410,000 £1M-£10M

Notice Dates

Publication Date
5 Nov 20214 years ago
Submission Deadline
20 Jul 2021Expired
Future Notice Date
4 May 2021Expired
Award Date
4 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
The contract is initially for 5 years with up to 24 months extension, estimated time for further notice will be either 2025 or 2027 depending on if up to 24 months is accepted by the Council.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Peter Cannon
Contact Email
peter.cannon@southlanarkshire.gov.uk
Contact Phone
+44 1698454397

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Supplier Information

Number of Suppliers
1
Supplier Name

BIFFA WASTE SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029096-2021-11-05T12:24:02Z",
    "date": "2021-11-05T12:24:02Z",
    "ocid": "ocds-h6vhtk-029096",
    "description": "SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. SPD Questions 3A.1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime - Information Sharing Protocol form for evaluation prior to any award being made. Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder, or if restricted tendering procedure prior to the issue of invitation to tender the bidders who are being recommended for issue of tenders, and all bidders at any other time during the procurement process, will in addition provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. (SC Ref:672866)",
    "initiationType": "tender",
    "tender": {
        "id": "SLC/PS/COMENT/20/079",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Council Buildings Waste",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90511000",
            "description": "Refuse collection services"
        },
        "mainProcurementCategory": "services",
        "description": "South Lanarkshire Council invites offers from suitably qualified service providers to collect \"Contract Waste\" from its buildings and to recycle, treat or dispose of it in a manner appropriate to each particular waste stream. Bidders are specifically referred to the definition of \"Contract Waste\" in the Conditions of Contract. The Service is currently provided to Circa 442 premises across South Lanarkshire. \"Contract Waste\" currently includes three separate waste streams - Residual Waste, Recyclable Waste and Food Waste. NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.",
        "value": {
            "amount": 630000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "There are circa 442 premises that require waste collection services under the proposed contract. These premises are located throughout South Lanarkshire in urban and rural areas and the collection requirements (in terms of waste streams and frequencies) can be varied. Refuse collection services. Refuse disposal and treatment. Refuse recycling services. The purpose of this contract is to secure the services of a contractor(s) to deliver the service across South Lanarkshire. In line with all statutory requirements and legal obligations, the successful contractor(s) will be required to collect residual waste, mixed recyclate and food waste where appropriate, through separate uplifts for each stream from properties owned or operated by the Council or its associated bodies. N.B Estimated cost per annum is only a guide. Additional information: Please note total quality section weightings add to 100% - Quality overall weighting is 35% and Price is 65% weighting",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery Plan",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Contract Reporting and Monitoring",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Sustainability and Climate Change",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Working Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "65"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is for 5 years with the option to extend for up to 24 months at the sole discretion of the Council."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90511000",
                        "description": "Refuse collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90514000",
                        "description": "Refuse recycling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144510",
                        "description": "Vehicles for refuse"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144511",
                        "description": "Refuse-collection vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90510000",
                        "description": "Refuse disposal and treatment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire area and it's boundaries"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-05-05T00:00:00+01:00",
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: SPD Question 4B.4 Economic and Financial Standing SPD Question 4B.5 Insurance Minimum level(s) of standards required: SPD Question 4B.4 Economic and Financial Standing. The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and state the value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Do Keynote (where applicable) consider the bidder to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: Minimum level(s) of standards required: - SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. You must describe in sufficient detail your experience in terms of the specific services directly relevant to this requirement. Particular reference should be made to the handling of municipal waste The number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured. - SPD Question 4C.6 Technical and Professional Ability (Qualifications) The bidder as a company will hold the following educational or professional qualifications: - Waste Carrier Registration - A Waste Management Licence for each site utilised including a list of categories which can be accommodated by the operator - A Goods Vehicle Operators Licence - SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. - SPD Question 4D.1 Quality Assurance Schemes It is a requirement of this tender that the bidder recommended for award holds the required Quality Assurance scheme membership as detailed in the tender document. - SPD Question 4D.2 Environmental Management Standards It is a requirement of this tender that the bidder provides robust information including the required environmental standard/accreditation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-07-20T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "awardPeriod": {
            "startDate": "2021-07-20T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-20T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "The contract is initially for 5 years with up to 24 months extension, estimated time for further notice will be either 2025 or 2027 depending on if up to 24 months is accepted by the Council."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4571",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Finance and Corporate Resources Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "peter.cannon@southlanarkshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
                "name": "Peter Cannon",
                "telephone": "+44 1698454397"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-19753",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 OBT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "hamiltoncivl@scotcourts.gov.uk",
                "faxNumber": "+44 1698282957"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "GB-FTS-19754",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament House, Parliament Square,",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252595",
                "email": "supreme.courts@scotcourts.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-33765",
            "name": "Biffa Waste Services",
            "identifier": {
                "legalName": "Biffa Waste Services"
            },
            "address": {
                "streetAddress": "West Shore Road, Granton",
                "locality": "Edinburgh",
                "region": "UKM95",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4571",
        "name": "South Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "027818-2021-SLC/PS/COMENT/20/079-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-33765",
                    "name": "Biffa Waste Services"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027818-2021-SLC/PS/COMENT/20/079-1",
            "awardID": "027818-2021-SLC/PS/COMENT/20/079-1",
            "status": "active",
            "value": {
                "amount": 4410000,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-04T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}