Notice Information
Notice Title
Collection, Haulage and Treatment of Residual and Bulky Waste.
Notice Description
The Council is seeking the provision of services to manage, treat and dispose of residual municipal and bulky waste in a safe, responsible and compliant manner, which excludes landfilling from 1 January 2026.
Lot Information
Lot 1
Inverclyde will be running an open tender for the Collection, Haulage and Treatment of Residual and Bulky Waste. In line with the Council's strategic objectives, Inverclyde Council require the services of a single contractor with suitably licenced facilities for this contract. 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 Contracts (Scotland) Regulations 2015
Renewal: Option to extend a further 3 years and a further 2 years making total contract of 15 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03f6a4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002676-2024
- Current Stage
- Award
- All Stages
- Tender, Award
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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
90510000 - Refuse disposal and treatment
90514000 - Refuse recycling services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £37,166,953 £10M-£100M
Notice Dates
- Publication Date
- 26 Jan 20242 years ago
- Submission Deadline
- 4 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Dec 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The contract period is from 1st January 2024 to 31st December 2034 (ten (10) years) with two options to extend (by 3 years and 2 years respectively) the contract by up to five (5) years. The Council will likely go to market again for this service in 2038/39.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- INVERCLYDE COUNCIL
- Contact Name
- Angela Rodgers
- Contact Email
- angela.rodgers@inverclyde.gov.uk
- Contact Phone
- +44 1475712634
Buyer Location
- Locality
- GREENOCK
- Postcode
- PA15 1LY
- 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
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde North
- Westminster Constituency
- Inverclyde and Renfrewshire West
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-03f6a4-2024-01-26T09:57:15Z",
"date": "2024-01-26T09:57:15Z",
"ocid": "ocds-h6vhtk-03f6a4",
"description": "Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. It will also be a condition of contract that Tenderers comply with Inverclyde Council's General Conditions of Contract, Specification & Contract Information for Tenderers. (SC Ref:756316)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03f6a4",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Collection, Haulage and Treatment of Residual and Bulky Waste.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"description": "The Council is seeking the provision of services to manage, treat and dispose of residual municipal and bulky waste in a safe, responsible and compliant manner, which excludes landfilling from 1 January 2026.",
"lots": [
{
"id": "1",
"description": "Inverclyde will be running an open tender for the Collection, Haulage and Treatment of Residual and Bulky Waste. In line with the Council's strategic objectives, Inverclyde Council require the services of a single contractor with suitably licenced facilities for this contract. 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 Contracts (Scotland) Regulations 2015",
"awardCriteria": {
"criteria": [
{
"name": "Method Statement 1 - The Facility Plan",
"type": "quality",
"description": "9%"
},
{
"name": "Method Statement 2 - Landfill Diversion and Performance",
"type": "quality",
"description": "4.5%"
},
{
"name": "Method Statement 3: Waste Collection / Refuse Transfer Interface",
"type": "quality",
"description": "3%"
},
{
"name": "Method Statement 4: Monitoring and Reporting of Contract Waste",
"type": "quality",
"description": "3%"
},
{
"name": "Method Statement 5: Contingency Plan & Mobilisation",
"type": "quality",
"description": "3%"
},
{
"name": "Method Statement 6: Environmental Management",
"type": "quality",
"description": "1.5%"
},
{
"name": "Method Statement 7: Carbon Management",
"type": "quality",
"description": "3%"
},
{
"name": "Social Value Outcome Menu",
"type": "quality",
"description": "1.2%"
},
{
"name": "Social Value Supporting Methodology",
"type": "quality",
"description": "0.6%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "1.2%"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend a further 3 years and a further 2 years making total contract of 15 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
{
"scheme": "CPV",
"id": "90514000",
"description": "Refuse recycling services"
},
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 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: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 10M GBP Professional Indemnity Insurance = 5M GBP (to continue for 6 years following end of contract) Pollution & Contamination Insurance = 5M GBP Motor Vehicle Insurance = 5M GBP in respect of property damage and unlimited for bodily injury",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C.1.2 Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale, value and duration. 4C.4 If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES 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 The bidder must have the following: a. 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, which 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. 4D.1 HEALTH & SAFETY 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 OR hold the information contained in the supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\") 4D.1 ENVIRONMENTAL MANAGEMENT The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-10-04T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-10-04T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-10-04T12:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "The contract period is from 1st January 2024 to 31st December 2034 (ten (10) years) with two options to extend (by 3 years and 2 years respectively) the contract by up to five (5) years. The Council will likely go to market again for this service in 2038/39."
}
},
"parties": [
{
"id": "GB-FTS-75647",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA151LY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Angela Rodgers",
"telephone": "+44 1475712634",
"email": "Angela.Rodgers@inverclyde.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.inverclyde.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-36693",
"name": "Greenock Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Greenock Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House,1 Nelson Street,",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-103487",
"name": "Viridor Energy Limited",
"identifier": {
"legalName": "Viridor Energy Limited"
},
"address": {
"streetAddress": "Langmuir Way",
"locality": "Bargeddie",
"region": "UK",
"postalCode": "G69 7RW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7788642163"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-75647",
"name": "Inverclyde Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000735282"
}
],
"language": "en",
"awards": [
{
"id": "002676-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-103487",
"name": "Viridor Energy Limited"
}
]
}
],
"contracts": [
{
"id": "002676-2024-1",
"awardID": "002676-2024-1",
"status": "active",
"value": {
"amount": 37166953.9,
"currency": "GBP"
},
"dateSigned": "2023-12-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}