Tender

Invitation to Tender for the Provision of Residual Waste Haulage

ABERDEENSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

20 Jul 2022 at 09:04

Summary of the contracting process

The procurement process is being conducted by Aberdeenshire Council and Moray Council for the provision of Residual Waste Haulage services, with a total contract value of £5,040,000. The procurement is currently in the Tender stage, having been initiated on 20 July 2022, and the tender submission deadline is set for 19 August 2022. Bidders can submit their tenders electronically and must comply with the relevant requirements. The service involves transporting residual waste from waste transfer stations to disposal points, mainly an Energy from Waste facility in Aberdeen, and is classified under refuse transport services within the services sector.

This contract presents substantial opportunities for businesses specialising in waste management and transport services. Companies with the capacity to provide reliable haulage solutions, particularly those that can demonstrate experience and technical competence in waste transport, will be well-positioned to compete. Bidders must fulfil specific eligibility criteria, including insurance requirements and financial soundness, making this tender particularly suitable for established firms within the waste transportation sector looking to expand their service contracts with local authorities.

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

Invitation to Tender for the Provision of Residual Waste Haulage

Notice Description

The purpose of this Invitation to Tender (ITT) is to invite tenders for the provision of bulk haulage of residual waste for Aberdeenshire Council and Moray Council. Full details of the requirement can be found in the attached ITT and appendices.

Lot Information

Provision of Bulk Residual Waste Haulage - Aberdeenshire Council

To transport residual waste in bulk from waste transfer stations in Aberdeenshire to a disposal point, primarily being Energy from Waste facility in Altens, Aberdeen however there will also be the requirement to transport to a contingency disposal point as and when required. Full details of the requirement can be found in the attached Invitation to Tender and Appendices. 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 Contract (Scotland) Regulations 2015. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties and to list any subcontractors that they propose to use.

Renewal: Option to extend for up to a maximum of 12 months after the expiry of the term

Provision of Bulk Residual Waste Haulage - Moray Council

To transport residual waste in bulk from waste transfer station, Elgin (Moray) to a disposal point, primarily being Energy from Waste facility in Altens, Aberdeen however there will also be the requirement to transport to a contingency disposal point as and when required. Full details of the requirement can be found in the attached Invitation to Tender and Appendices. 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 Contract (Scotland) Regulations 2015. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties and to list any subcontractors that they propose to use.

Renewal: Option to extend up to a maximum of 12 months on end of contract term.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0353ac
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019716-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90512000 - Refuse transport services

Notice Value(s)

Tender Value
£5,040,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jul 20223 years ago
Submission Deadline
19 Aug 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
2025/2026

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ABERDEENSHIRE COUNCIL
Additional Buyers

MORAY COUNCIL

Contact Name
Not specified
Contact Email
diane.rotherham@aberdeenshire.gov.uk, procurement@moray.gov.uk
Contact Phone
+44 1343563137

Buyer Location

Locality
ABERDEEN
Postcode
AB16 5GB
Post Town
Aberdeen
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM5 North Eastern Scotland

Local Authority
Moray
Electoral Ward
Elgin City North
Westminster Constituency
Moray West, Nairn and Strathspey

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-0353ac-2022-07-20T10:04:38+01:00",
    "date": "2022-07-20T10:04:38+01:00",
    "ocid": "ocds-h6vhtk-0353ac",
    "description": "Questions of any nature in relation to this tender exercise and associated documents must be raised using the Question & Answer facility provided only. Direct communication from an economic operator with any member of staff at Aberdeenshire Council in relation to this tender exercise is prohibited and may result in that economic operator's exclusion from any further part in the process. Furthermore, any potential errors or omissions within the tender documentation issued by Aberdeenshire Council that is identified by economic operators must be raised with Aberdeenshire Council using the Question & Answer facility as soon as it has been identified. If an economic operator submits their tender response having applied their own assumed correction to any document, it may result in the rejection of their tender. 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=700782. 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. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: For each Council contract (separate contract per lot for each Council) the value is below GBP4million The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: For each Council contract (separate contract per lot for each Council) the value is below GBP4million (SC Ref:700782)",
    "initiationType": "tender",
    "tender": {
        "id": "000-RDRN4527 (Aberdeenshire); 18/0614 (Moray)",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Invitation to Tender for the Provision of Residual Waste Haulage",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90512000",
            "description": "Refuse transport services"
        },
        "mainProcurementCategory": "services",
        "description": "The purpose of this Invitation to Tender (ITT) is to invite tenders for the provision of bulk haulage of residual waste for Aberdeenshire Council and Moray Council. Full details of the requirement can be found in the attached ITT and appendices.",
        "value": {
            "amount": 5040000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Provision of Bulk Residual Waste Haulage - Aberdeenshire Council",
                "description": "To transport residual waste in bulk from waste transfer stations in Aberdeenshire to a disposal point, primarily being Energy from Waste facility in Altens, Aberdeen however there will also be the requirement to transport to a contingency disposal point as and when required. Full details of the requirement can be found in the attached Invitation to Tender and Appendices. 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 Contract (Scotland) Regulations 2015. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties and to list any subcontractors that they propose to use.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to a maximum of 12 months after the expiry of the term"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Provision of Bulk Residual Waste Haulage - Moray Council",
                "description": "To transport residual waste in bulk from waste transfer station, Elgin (Moray) to a disposal point, primarily being Energy from Waste facility in Altens, Aberdeen however there will also be the requirement to transport to a contingency disposal point as and when required. Full details of the requirement can be found in the attached Invitation to Tender and Appendices. 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 Contract (Scotland) Regulations 2015. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties and to list any subcontractors that they propose to use.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend up to a maximum of 12 months on end of contract term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM5"
                    }
                ],
                "deliveryLocation": {
                    "description": "Residual Waste to be transported from waste transfer stations in Aberdeenshire."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM5"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moray (Elgin) / North East Scotland"
                },
                "relatedLot": "2"
            }
        ],
        "crossBorderLaw": "Aberdeenshire Council Moray Council",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders are required to provide a certificate from the registrar of companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name (SPD - Q4A.1)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this contract 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 (SPD - Q4B.5.1) The Council will use an independent credit scoring organisation, namely Creditsafe, to conduct appropriate financial probity checks. To minimise risk of failure, the desired risk score should not be below 30 (moderate risk). The Council will take a view on the risk to the Council should the winning bidder credit rating fall below this and may involve further detailed financial checking/assessment. This may result in your tender being rejected (SPD - Q4B.6)",
                    "minimum": "Insurance requirements: Employers (Compulsory) Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements. Public Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements. Third Party Motor Vehicle Liability of not less than GBP20m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements. The Council will take a view on the risk to the Council should the winning bidder credit rating fall below this and may involve further detailed financial checking/assessment. This may result in your tender being rejected.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to be provide 3 examples that demonstrate that they have relevant experience to deliver the service as described in Appendix 1 Statement of Requirements of the ITT (SPD - Q4C1.2) Bidders will be required to demonstrate that they have (or have access to) the relevant plant or technical equipment to deliver the requirements detailed in II.2.4 of the Contract Notice and Appendix 1 of the ITT (SPD - Q4C.9). Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (SPD - Q4C.10). The bidder must have the following: - A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. - Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. - A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Health and Safety Procedures: - The bidder must have 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. - Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (\"method statements\") and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent. (SPD 4D.1) The bidder must have the following: - Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice (SPD - Q4D.2)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Tenderers must be able to provide an Account Representative, who will be the primary point of contact between the Tenderer & each Council. The Councils will review the performance of the Services from time to time to ensure that they continue to meet the requirements of the Councils. The quality of the Services shall be measured by the extent to which they accord with the standards & timescales included within the Specification & the Response & to accepted professional standards. Key performance criteria include Cost - ability to conform to the agreed pricing terms and invoice accuracy; Quality - that the contract remains fit for purpose of the Service; Service - ability to comply with the requirements of the provision of services, handling of complaints, along with effective and responsive account management including the provision of on time monthly reporting.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-08-19T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-08-22T09:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-08-22T09:00:00+01:00",
            "address": {
                "streetAddress": "Online opening of tenders"
            },
            "description": "Online postbox will be unlocked after closing date/time"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2025/2026"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-756",
            "name": "Aberdeenshire Council",
            "identifier": {
                "legalName": "Aberdeenshire Council"
            },
            "address": {
                "streetAddress": "Woodhill House, Westburn Road",
                "locality": "Aberdeen",
                "region": "UKM5",
                "postalCode": "AB16 5GB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "diane.rotherham@aberdeenshire.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.aberdeenshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4852",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1343563137",
                "email": "procurement@moray.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.moray.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160"
            }
        },
        {
            "id": "GB-FTS-2502",
            "name": "Aberdeen Sheriff Court",
            "identifier": {
                "legalName": "Aberdeen Sheriff Court"
            },
            "address": {
                "streetAddress": "Castle Street",
                "locality": "Aberdeen",
                "postalCode": "AB10 1WP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-756",
        "name": "Aberdeenshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700782"
        }
    ],
    "language": "en"
}