Notice Information
Notice Title
Management and Operation of Household Waste and Recycling Centres (HWRC)
Notice Description
South Lanarkshire Council seeks to secure the services of a suitably qualified service provider to deliver the management and operation of the Council's Household Waste Recycling Centres, including the treatment, disposal, and recycling of the waste and recycling streams collected via the sites. The Contract will be under the Council's Standard Terms and Conditions of Contract - Services The Council's current contract is due to expire on 31 March 2024. The Contract period is a period of 7 years with the option to extend for a further period not exceeding 3 years.
Lot Information
Lot 1
Locations of HWRC Sites: The sites that shall be included in this procurement are located at Larkhall, Strathaven, East Kilbride, Blantyre and Rutherglen. Location Site Address Waste Management Licence No. Larkhall Strutherhill Industrial Estate, Larkhall, ML9 2WW WML/W/22041 Strathaven Hamilton Road Industrial Estate, Strathaven, ML10 6UB WML/W/20031 East Kilbride Peel Park Place, East Kilbride, G74 5LU WML/W/20030 Blantyre East Avenue, Blantyre Industrial Estate, Blantyre, G72 0XF WML/W/22041 Rutherglen Cambuslang Road, Eastfield, Rutherglen,G72 1AP WML/W/22026 The Council also owns and operates a HWRC site located at Castlehill Industrial Estate, Carluke, ML8 5UF, Waste Management Licence No. WML/W/00145 with an adjoining Waste Transfer Station. The Council may be interested in including the management and operation of Carluke HWRC site during the new contract. The successful service provider will be required to take responsibility of the sites' Waste Management Licences and to enter into an Occupancy Agreement with the Council for each of the sites. Site Opening Hours: The sites' opening hours are as follows: 1st April - 30th September Monday - Friday 9:00am - 8:00pm Saturday 9:00am - 7:00pm Sunday 9:00am - 6:00pm 1st October - 31st October Monday - Sunday 8:00am - 5:00pm The site opening hours at Carluke are currently: 1st April - 30th September Monday - Friday 8:00am - 8:00pm (closed 12:30pm - 1:00pm & 5:00pm - 5:30pm daily) Saturday & Sunday 8:00am - 5:00pm (closed 12:30pm - 1:00pm daily) 1st October - 31st October Monday - Friday 8:00am - 5:00pm (closed 12:30pm - 1:00pm daily) Saturday & Sunday 8:00am - 4:00pm (closed 12:30pm - 1:00pm daily) All sites are closed on Christmas Day and New Year's Day. Quantities & Composition of Waste & Recycling Materials: The annual total quantities and composition of waste and recycling materials for the financial years 2019/20, 2020/21, 2021/22 and 2022/23 (April - January), are detailed in Appendix 1 to this Contract Information. Estimated Contract Value: The estimated total value of the contract is 3,525,000 GBP per annum and is based on the current frequency of waste and recyclate material collected via the sites excluding Carluke, at current 2022/23 rates excluding VAT. Disposal/Treatment/Recycling Facilities' Details: The successful service provider shall be required to provide details of the treatment, disposal and recycling arrangements including End Destination details for all the waste and recycling materials collected and processed via the contract. Additional information on each of the Council's HWRC sites can be found using the links to the Council's website which have been provided within the attached Contract Information document.
Renewal: The Contract will be for a period of 7 years with the option to extend for a further period of up to 3 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03aded
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002045-2024
- 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
Notice Value(s)
- Tender Value
- £35,250,000 £10M-£100M
- Lots Value
- £35,250,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £39,096,332 £10M-£100M
Notice Dates
- Publication Date
- 22 Jan 20242 years ago
- Submission Deadline
- 14 Aug 2023Expired
- Future Notice Date
- 14 May 2023Expired
- Award Date
- 11 Jan 20242 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
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Peter Cannon
- Contact Email
- peter.cannon@southlanarkshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HAMILTON
- Postcode
- ML3 0AA
- 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
Further Information
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-03aded-2024-01-22T10:21:43Z",
"date": "2024-01-22T10:21:43Z",
"ocid": "ocds-h6vhtk-03aded",
"description": "Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. SPD Question 2D.1 Prompt Payment Certificate SPD Question 3D.3 Human Rights Act Declaration Declaration Section Form of Offer to Tender SPD Question 3D.11 Non-Collusion Certificate SPD Question 4D.1 Health and Safety Questionnaire SPD Question 4B.5.1 Insurance Certificates SPD Questions 3A1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol with Police Scotland Form SPD Question 4C.6 Goods Vehicle Operator's Licence SPD Question 3A.6 Modern Slavery Act 2015 Declaration *The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:755817)",
"initiationType": "tender",
"tender": {
"id": "SLC/PS/COMENT/21/233",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Management and Operation of Household Waste and Recycling Centres (HWRC)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"description": "South Lanarkshire Council seeks to secure the services of a suitably qualified service provider to deliver the management and operation of the Council's Household Waste Recycling Centres, including the treatment, disposal, and recycling of the waste and recycling streams collected via the sites. The Contract will be under the Council's Standard Terms and Conditions of Contract - Services The Council's current contract is due to expire on 31 March 2024. The Contract period is a period of 7 years with the option to extend for a further period not exceeding 3 years.",
"value": {
"amount": 35250000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Locations of HWRC Sites: The sites that shall be included in this procurement are located at Larkhall, Strathaven, East Kilbride, Blantyre and Rutherglen. Location Site Address Waste Management Licence No. Larkhall Strutherhill Industrial Estate, Larkhall, ML9 2WW WML/W/22041 Strathaven Hamilton Road Industrial Estate, Strathaven, ML10 6UB WML/W/20031 East Kilbride Peel Park Place, East Kilbride, G74 5LU WML/W/20030 Blantyre East Avenue, Blantyre Industrial Estate, Blantyre, G72 0XF WML/W/22041 Rutherglen Cambuslang Road, Eastfield, Rutherglen,G72 1AP WML/W/22026 The Council also owns and operates a HWRC site located at Castlehill Industrial Estate, Carluke, ML8 5UF, Waste Management Licence No. WML/W/00145 with an adjoining Waste Transfer Station. The Council may be interested in including the management and operation of Carluke HWRC site during the new contract. The successful service provider will be required to take responsibility of the sites' Waste Management Licences and to enter into an Occupancy Agreement with the Council for each of the sites. Site Opening Hours: The sites' opening hours are as follows: 1st April - 30th September Monday - Friday 9:00am - 8:00pm Saturday 9:00am - 7:00pm Sunday 9:00am - 6:00pm 1st October - 31st October Monday - Sunday 8:00am - 5:00pm The site opening hours at Carluke are currently: 1st April - 30th September Monday - Friday 8:00am - 8:00pm (closed 12:30pm - 1:00pm & 5:00pm - 5:30pm daily) Saturday & Sunday 8:00am - 5:00pm (closed 12:30pm - 1:00pm daily) 1st October - 31st October Monday - Friday 8:00am - 5:00pm (closed 12:30pm - 1:00pm daily) Saturday & Sunday 8:00am - 4:00pm (closed 12:30pm - 1:00pm daily) All sites are closed on Christmas Day and New Year's Day. Quantities & Composition of Waste & Recycling Materials: The annual total quantities and composition of waste and recycling materials for the financial years 2019/20, 2020/21, 2021/22 and 2022/23 (April - January), are detailed in Appendix 1 to this Contract Information. Estimated Contract Value: The estimated total value of the contract is 3,525,000 GBP per annum and is based on the current frequency of waste and recyclate material collected via the sites excluding Carluke, at current 2022/23 rates excluding VAT. Disposal/Treatment/Recycling Facilities' Details: The successful service provider shall be required to provide details of the treatment, disposal and recycling arrangements including End Destination details for all the waste and recycling materials collected and processed via the contract. Additional information on each of the Council's HWRC sites can be found using the links to the Council's website which have been provided within the attached Contract Information document.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 35250000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will be for a period of 7 years with the option to extend for a further period of up to 3 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-05-15T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "There are a number of questions/statements that have been included in the Contract Notice and within the Qualification Envelope which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to the tender itself. These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50000 GBP in value. SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria 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. 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 Question 4A.1 Trade Registers 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.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "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 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\"? 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 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."
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-08-14T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-08-14T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-08-14T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Hamilton Sheriff Court Sheriff Court House, 4 Beckford Street, Hamilton ML3 0BT +44 1698282957 hamiltoncivl@scotcourts.gov.uk www.scotscourts.gov.uk"
},
"parties": [
{
"id": "GB-FTS-1037",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Peter Cannon",
"email": "peter.cannon@southlanarkshire.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-6287",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street,",
"locality": "Hamilton",
"postalCode": "ML3 0BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698282957",
"email": "hamiltoncivl@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-80188",
"name": "Biffa Waste Services Limited",
"identifier": {
"legalName": "Biffa Waste Services Limited"
},
"address": {
"streetAddress": "Coronation Road, Cressex",
"locality": "High Wycombe",
"region": "UK",
"postalCode": "HP12 3TZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1037",
"name": "South Lanarkshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000738626"
}
],
"language": "en",
"awards": [
{
"id": "002045-2024-SLC/PS/COMENT/21/233-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-80188",
"name": "Biffa Waste Services Limited"
}
]
}
],
"contracts": [
{
"id": "002045-2024-SLC/PS/COMENT/21/233-1",
"awardID": "002045-2024-SLC/PS/COMENT/21/233-1",
"status": "active",
"value": {
"amount": 39096332,
"currency": "GBP"
},
"dateSigned": "2024-01-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}