Notice Information
Notice Title
Waste Composition Analysis Services
Notice Description
This procurement is for the provision of a service to carry out a Waste Composition Analysis ("WCA") of various waste steams collected from households at the kerbside (and through the network of Household Waste & Recycling Centres) for 32 Local Authorities in Scotland in order to determine a composition of waste streams. This framework is available to all Scottish Councils, Scotland Excel Associate Members and other participating public bodies.
Lot Information
Lot 1
Waste streams anticipated to be included but not limited to are Residual Waste, Organic Waste and Co-Mingled Dry Recyclables of varying type and mix. The WCA will required to be carried out as prescribed within published tender documentation, and as further refined by individual Council users and is anticipated to be in line with best practice guidance as described within the Zero Waste Scotland (ZWS) "Guidance on the Methodology for Waste Composition Analysis " as a minimum. Required service is likely to include a requirement to collect samples for analysis, sort samples, conduct post-sample analysis and produce comprehensive reporting as prescribed. Additional information: Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029446
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017232-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79720000 - Investigation services
79723000 - Waste analysis services
90700000 - Environmental services
90710000 - Environmental management
90711000 - Environmental impact assessment other than for construction
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,000,000 £1M-£10M
Notice Dates
- Publication Date
- 21 Jul 20214 years ago
- Submission Deadline
- 19 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTLAND EXCEL
- Contact Name
- Not specified
- Contact Email
- environment@scotland-excel.org.uk
- Contact Phone
- +44 1414888230
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1AR
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-029446-2021-07-21T14:55:04+01:00",
"date": "2021-07-21T14:55:04+01:00",
"ocid": "ocds-h6vhtk-029446",
"description": "Scotland Excel as a central purchasing body, may procure this framework on behalf of the following contracting authorities (and successor bodies): - the 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/aboutus/Ourmembers/Local-authorities.aspx; - Tayside Contracts; - Scottish Prison Service and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service; - Scotland Excel associate members, listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx; and, - Any integration authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel. Scotland Excel is delivering this framework with support from Zero Waste Scotland (ZWS), a not-for-profit organisation funded by the Scottish Government. A key component of ZWS's role in informing policy and motivating change involves gathering informative and accurate data as well being involved in technical evaluation alongside the councils. 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. Subcontractors on whose capacity the Bidder does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland): - whether the bidders intend 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. CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS As per details in the Special Conditions, Service Providers will be required to provide Management Information (MI) and KPIs on a quarterly basis. It is envisaged that Community Benefit Requirement details will be provided on a 6-monthly basis. MI requires an itemised statement for services provided for each contracting authority who will be permitted to purchase under this proposed Framework Agreement down to a defined categorisation structure set out in the MI template. In addition, details on the following KPIs must be provided: - Delivery of projects on time - Customer complaints - Accuracy and timeous management information (MI) returns - Price stability Please see attachment included within the Additional Notice options section of the Contract Notice for further information. (SC Ref:660523)",
"initiationType": "tender",
"tender": {
"id": "1520",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Waste Composition Analysis Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
"mainProcurementCategory": "services",
"description": "This procurement is for the provision of a service to carry out a Waste Composition Analysis (\"WCA\") of various waste steams collected from households at the kerbside (and through the network of Household Waste & Recycling Centres) for 32 Local Authorities in Scotland in order to determine a composition of waste streams. This framework is available to all Scottish Councils, Scotland Excel Associate Members and other participating public bodies.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Waste streams anticipated to be included but not limited to are Residual Waste, Organic Waste and Co-Mingled Dry Recyclables of varying type and mix. The WCA will required to be carried out as prescribed within published tender documentation, and as further refined by individual Council users and is anticipated to be in line with best practice guidance as described within the Zero Waste Scotland (ZWS) \"Guidance on the Methodology for Waste Composition Analysis \" as a minimum. Required service is likely to include a requirement to collect samples for analysis, sort samples, conduct post-sample analysis and produce comprehensive reporting as prescribed. Additional information: Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90710000",
"description": "Environmental management"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79720000",
"description": "Investigation services"
},
{
"scheme": "CPV",
"id": "79723000",
"description": "Waste analysis services"
},
{
"scheme": "CPV",
"id": "90711000",
"description": "Environmental impact assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD (Scotland) Question 4A.2 - Authorisation Bidders should note that Waste carrier registration is required if the Bidder/Subcontractor is intending to collect waste from any Council.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "1. SPD (Scotland) Questions 4B.5.1b and 4B.5.2: Insurance Requirements 2. SPD (Scotland) Question 4B.6: Other Economic & Financial Requirements",
"minimum": "1. SPD (Scotland) Question 4B.5.1b and 4B.5.2 - INSURANCE REQUIREMENTS: It is a requirement of the contracts to be procured under the proposed framework agreement 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: EMPLOYERS LIABILITY INSURANCE = a minimum indemnity limit of GBP 5 million, each and every claim, without limit to the number of claims. PUBLIC/PRODUCTS LIABILITY INSURANCE = a minimum indemnity limit of GBP 5 million, each and every claim for Public Liability and in the aggregate in respect of Products. Bidders should note that increased level of insurance may be required by a Council at the time of appointing a Service Provider(s) depending on its specific requirements. In addition, THIRD PARTY MOTOR VEHICLE INSURANCE may be required. 2. SPD Scotland) Question 4.B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS: 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 document 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 Framework Agreement. Equifax's Protect is a fraud indicator / credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "1. SPD (Scotland) Question 4C.10 - Subcontracting 2. SPD (Scotland) Question 4D.1 - Quality Assurance Schemes 3. SPD (Scotland) Question 4D.1 - Health and Safety Procedures 4. SPD (Scotland) Question 4D.2 - Environmental Management Systems or Standards",
"minimum": "1. SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING: 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 proposed framework agreement. 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 SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria). 2. SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES The bidder must have the following: 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. 3. SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES The bidder must have the following: The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Whilst it is a criteria for bidders to hold an accredited independent third party certificate of compliance in accordance with BS OHSAS18001 (or equivalent), it is important to note that due to the recent release of ISO 45001, this will now be withdrawn. Therefore, bidders are also required as part of their submission to specify that they will commit to migrate to the new standard by March 2021. OR A regularly reviewed and documented policy for Health and Safety (H&S) 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 H&S 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. 4. SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS The bidder must have the following: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO14001 (or equivalent) or a valid EMAS (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).",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section \"I.3) Communication\" of this Contract Notice).",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-19T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"awardPeriod": {
"startDate": "2021-03-19T12:00:00Z"
},
"bidOpening": {
"date": "2021-03-19T12:00:00Z",
"address": {
"streetAddress": "Scotland Excel, Renfrewshire House, Cotton Street, Paisley PA1 1AR on https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
}
},
"hasRecurrence": false,
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations."
},
"parties": [
{
"id": "GB-FTS-186",
"name": "Scotland Excel",
"identifier": {
"legalName": "Scotland Excel"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA1 1AR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414888230",
"email": "Environment@scotland-excel.org.uk",
"faxNumber": "+44 1416187423",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland-excel.org.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5672",
"name": "Please refer to VI.4.3 below",
"identifier": {
"legalName": "Please refer to VI.4.3 below"
},
"address": {
"locality": "N/A",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-942",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-23074",
"name": "Albion Environmental Ltd",
"identifier": {
"legalName": "Albion Environmental Ltd"
},
"address": {
"streetAddress": "24 Carrick Park",
"locality": "Ayr",
"region": "UK",
"postalCode": "KA7 2SL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-23075",
"name": "Integrated Skills Limited",
"identifier": {
"legalName": "Integrated Skills Limited"
},
"address": {
"streetAddress": "Bell House, 32 Bell Street",
"locality": "Romsey",
"region": "UK",
"postalCode": "SO51 8GW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-23076",
"name": "Resource Futures",
"identifier": {
"legalName": "Resource Futures"
},
"address": {
"streetAddress": "The Create centre, Smeaton Road",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS1 6XN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1179304355"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-11094",
"name": "RPS Consulting Services Ltd",
"identifier": {
"legalName": "RPS Consulting Services Ltd"
},
"address": {
"streetAddress": "20 Western Avenue, Milton Park",
"locality": "Abingdon",
"region": "UK",
"postalCode": "OX14 4SH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1212135500"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-23077",
"name": "Alfred H Knight Energy Services",
"identifier": {
"legalName": "Alfred H Knight Energy Services"
},
"address": {
"streetAddress": "Unit1 Palmermount Ind Estate, , Bypass Road, Dundonald",
"locality": "Kilmarnock",
"region": "UK",
"postalCode": "KA2 9BL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7810784911"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-186",
"name": "Scotland Excel"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:457557-2020:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "017232-2021-1520-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-23074",
"name": "Albion Environmental Ltd"
},
{
"id": "GB-FTS-23075",
"name": "Integrated Skills Limited"
},
{
"id": "GB-FTS-23076",
"name": "Resource Futures"
},
{
"id": "GB-FTS-11094",
"name": "RPS Consulting Services Ltd"
},
{
"id": "GB-FTS-23077",
"name": "Alfred H Knight Energy Services"
}
]
}
],
"contracts": [
{
"id": "017232-2021-1520-1",
"awardID": "017232-2021-1520-1",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2021-06-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}