Tender

The Provision of Residual Waste Treatment

SCOTTISH BORDERS COUNCIL

This public procurement record has 1 release in its history.

Tender

25 Jun 2018 at 00:00

Summary of the contracting process

The Scottish Borders Council is initiating a tender process titled "The Provision of Residual Waste Treatment," which is classified under the services industry category. This procurement is taking place in Newtown St Boswells, UK, and is currently in the Tender stage, with the submission deadline set for 27th July 2018. The Council, which manages around 42,000 tonnes of residual waste annually, aims to establish a reliable solution for waste treatment and disposal, in compliance with upcoming regulatory requirements that prohibit the landfill of biodegradable municipal waste starting from January 2021. This competitive procedure with negotiation invites various bidders to participate in a selective procurement process to find a haulage, treatment, and disposal partner.

This tender presents significant business opportunities, particularly for companies specialising in waste management, haulage, and environmental services. Businesses that excel in handling municipal, bulky, commercial, and demolition waste will be well-suited to compete for the various lots available in this contract. Suitable candidates should demonstrate robust financial capabilities, with minimum yearly turnover requirements depending on the lot, alongside proven experience in similar projects. Engaging in this contract could also provide a platform for companies to make a positive community impact through compliance with the Scottish Borders Council’s expectations for social, economic, and environmental outcomes.

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

The Provision of Residual Waste Treatment

Notice Description

The Authority currently manages around 42000 tonnes of residual waste per annum. The majority of this waste is deposited at Easter Langlee landfill site which is owned and operated by the Authority. A decision was taken not to expand the Easter Langlee landfill site once its current capacity is exhausted (by mid-2019) but instead develop a new Waste Transfer Station in its place. This will enable the Authority to comply with the ban on sending biodegradable municipal waste to landfill which comes into effect from 1st January 2021 by exporting waste out of the Borders for treatment and disposal. The Authority reserves the right to take responsibility for haulage for part of the Contract Waste to the Contractors Delivery Site in order to gain benefits through utilising its own Authority Haulage Vehicles. The Authority is looking for a haulage, treatment and disposal solution that provides a reliable and robust means of managing contract waste from mid 2019.

Lot Information

Lot 1 - Municipal Residual Waste

Lot 1 - Municipal Residual Waste

Renewal: There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term.

Lot 2 - Bulky Residual Waste

Lot 2 - Bulky Residual Waste

Renewal: There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term.

Lot 3 - Commercial and Demolition Waste

Lot 3 - Commercial and Demolition Waste

Renewal: There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term.

Lot 4 - Street Cleansing Waste

Lot 4 - Street Cleansing Waste

Renewal: There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000526008
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323396
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90513000 - Non-hazardous refuse and waste treatment and disposal services

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jun 20187 years ago
Submission Deadline
27 Jul 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH BORDERS COUNCIL
Contact Name
Not specified
Contact Email
procurement@scotborders.gov.uk
Contact Phone
+44 1835824000

Buyer Location

Locality
NEWTOWN ST BOSWELLS
Postcode
TD6 0SA
Post Town
Galashiels
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM91 Scottish Borders
Delivery Location
TLM91 Scottish Borders

Local Authority
Scottish Borders
Electoral Ward
Selkirkshire
Westminster Constituency
Berwickshire, Roxburgh and Selkirk

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323396
    The Provision of Residual Waste Treatment - The Authority currently manages around 42000 tonnes of residual waste per annum. The majority of this waste is deposited at Easter Langlee landfill site which is owned and operated by the Authority. A decision was taken not to expand the Easter Langlee landfill site once its current capacity is exhausted (by mid-2019) but instead develop a new Waste Transfer Station in its place. This will enable the Authority to comply with the ban on sending biodegradable municipal waste to landfill which comes into effect from 1st January 2021 by exporting waste out of the Borders for treatment and disposal. The Authority reserves the right to take responsibility for haulage for part of the Contract Waste to the Contractors Delivery Site in order to gain benefits through utilising its own Authority Haulage Vehicles. The Authority is looking for a haulage, treatment and disposal solution that provides a reliable and robust means of managing contract waste from mid 2019.

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-r6ebe6-0000526008-2018-06-25T00:00:00Z",
    "date": "2018-06-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000526008",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-16",
            "name": "Scottish Borders Council",
            "identifier": {
                "legalName": "Scottish Borders Council"
            },
            "address": {
                "streetAddress": "Council Headquarters",
                "locality": "Newtown St Boswells",
                "region": "UK",
                "postalCode": "TD6 0SA"
            },
            "contactPoint": {
                "email": "procurement@scotborders.gov.uk",
                "telephone": "+44 1835824000",
                "faxNumber": "+44 1835825150",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotborders.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Borders Council",
        "id": "org-16"
    },
    "tender": {
        "id": "SBC/CPS/1343",
        "title": "The Provision of Residual Waste Treatment",
        "description": "The Authority currently manages around 42000 tonnes of residual waste per annum. The majority of this waste is deposited at Easter Langlee landfill site which is owned and operated by the Authority. A decision was taken not to expand the Easter Langlee landfill site once its current capacity is exhausted (by mid-2019) but instead develop a new Waste Transfer Station in its place. This will enable the Authority to comply with the ban on sending biodegradable municipal waste to landfill which comes into effect from 1st January 2021 by exporting waste out of the Borders for treatment and disposal. The Authority reserves the right to take responsibility for haulage for part of the Contract Waste to the Contractors Delivery Site in order to gain benefits through utilising its own Authority Haulage Vehicles. The Authority is looking for a haulage, treatment and disposal solution that provides a reliable and robust means of managing contract waste from mid 2019.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM91"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM91"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM91"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM91"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-07-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN323396",
                "documentType": "contractNotice",
                "title": "The Provision of Residual Waste Treatment",
                "description": "The Authority currently manages around 42000 tonnes of residual waste per annum. The majority of this waste is deposited at Easter Langlee landfill site which is owned and operated by the Authority. A decision was taken not to expand the Easter Langlee landfill site once its current capacity is exhausted (by mid-2019) but instead develop a new Waste Transfer Station in its place. This will enable the Authority to comply with the ban on sending biodegradable municipal waste to landfill which comes into effect from 1st January 2021 by exporting waste out of the Borders for treatment and disposal. The Authority reserves the right to take responsibility for haulage for part of the Contract Waste to the Contractors Delivery Site in order to gain benefits through utilising its own Authority Haulage Vehicles. The Authority is looking for a haulage, treatment and disposal solution that provides a reliable and robust means of managing contract waste from mid 2019.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323396",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Municipal Residual Waste",
                "description": "Lot 1 - Municipal Residual Waste",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "The evaluation is split into two parts, Part 1 is the ESPD (qualification envelope)known as the exclusion criteria (pass/fail). Bidders must pass all of part 1 in order for the evaluation panel to review and evaluate part 2, the selection criteria (technical envelope). The selection criteria (technical envelope) will be scored as per the individual weightings applied to each quality question, with an overall weighting of 100% as detailed. Pre-Qualification via the ESPD. The ESPD asks bidders general questions when completing bidders must have regard for the statements in this Notice that details specific requirements. For each lot bidders must: a) Pass the minimum standards in the ESPD sections 4A, 4B & 4D in the PCS-T Qualification envelope. b) Complete the scored ESPD section 4C (Technical and Professional Ability) found in the PCS-T Technical envelope. The selection criteria Section 4C will be scored as per the scoring methodology detailed below. Any tender response that scores 2 or less in respect of examples of relevant services carried out during the last three years may be rejected. The Authority may clarify the content of such a response prior to rejecting. The final agreed technical scores will be ranked to identify a shortlist of a minimum of three bidders meeting the selection requirements who will be invited to submit an Initial Tender. Score Term Explanation Unacceptable 0 = 0% Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. Poor 1 = 25% Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. Acceptable 2 = 50% Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. Good 3 = 75% Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Excellent 4 = 100% Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Bulky Residual Waste",
                "description": "Lot 2 - Bulky Residual Waste",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Score term explanation - As specified within Lot 1."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term."
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Commercial and Demolition Waste",
                "description": "Lot 3 - Commercial and Demolition Waste",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Score term explanation - as specified within Lot 1."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term."
                }
            },
            {
                "id": "4",
                "title": "Lot 4 - Street Cleansing Waste",
                "description": "Lot 4 - Street Cleansing Waste",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Score term explanation - as specified within Lot 1."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option for the parties to agree to extending the Contract on a yearly basis up to a maximum of a further five years subject to the terms within the Conditions of Contract after expiry of the initial term."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2018-08-13T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "ESPD 4B 1.1 Statement Bidders will be required to have the following minimum \"general\" yearly turnover for the last 3 years: 1. Required turnover to be in the region of for each lot: Lot 1 - minimum \"general\" yearly turnover of GBP 3,000,000 Lot 2 - minimum \"general\" yearly turnover of GBP 1,000,000 Lot 3 - minimum \"general\" yearly turnover of GBP 400,000 Lot 4 - minimum \"general\" yearly turnover of GBP 350,000 ESPD 4B.3 Statement Where turnover is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. 2. ESPD 4B.4 Statement Bidders will be required to state the value for the following financial ratios: Ratio name: Acid Test (Liquidity) Ratio Value: minimum 1.0 the ratio will be calculated as follows: Ratio Calculation - Current assets (less stock)/current liabilities. 3. ESPD 4B.6 Statement The Authority will access a Credit Safe financial report for the bidders organisation and use the information provided within to assist with the assessment of the bidders economic and financial standing. The Credit Safe credit rating must be no less than 50 for the bidder to pass this requirement. In the event that the information is unavailable or unsatisfactory for 1,2 and 3 above the Authority will request the following further information to provide adequate insurance of financial strength to successfully complete their contractual obligations: 4. Company's audited accounts or equivalent for the most recent 2 financial years along with details of any significant changes since the last year end. OR 5. A statement of the organisation's turnover profit and cash flow for the recent full year of trading or where a full year trading has not been completed the same information for the period applicable. OR 6. A statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. In the event that analysis of your financial position determines that additional measures are necessary in order to provide assurance of your financial strength, you may or may not be required to provide either a parent company guarantee or bank guarantee. Should none of the above be satisfactory to the Council, the Council have the right to exclude the bidder from the tender process. ESPD 4B.5.1 Statement For each lot, 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 level of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP 10 million pounds Public Liability Insurance = GBP 10 million pounds http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "ESPD 4C.1.2 Statement 1 Bidders are required to provide 3 examples of services they have delivered of a similar value over the past three years that demonstrate their experience to deliver the service for the selected lots within the ESPD. Bidders examples should include but are not limited to the following details in their service provision examples: Detailed description of the service Value of contract Contract Period Contact details of a reference (this will be used for information purposes only)",
                    "minimum": "ESPD 4D.1 Quality Management Procedures and Health Safety Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance the following: A) ISO 9001:2008 and then BS EN ISO 9001:2015 when the standard becomes auditable OR The bidder must have the following: 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. ESPD 4D.1 Health And Safety Procedures B) ISO 18001 and then BS EN ISO 45001:(2016 0r 2017) when the standard became auditable. OR, 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. ESPD 4D.2 Environmental Management Systems or Standards C)ISO 14001 2004 and then BS EN ISO 14001:(2015) when the standard became auditable. OR The bidder must have the following: 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)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "90513000",
            "scheme": "CPV"
        },
        "reviewDetails": "Scottish Borders Council will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Economic operators maybe excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts(Scotland) Regulation 2015. Bidders should note that when it is judged by the Authority (at their sole discretion) to be appropriate the Authority will collaborate with the relevant bodies (including Police Scotland) to actively share significant elements of information provided and detailed in this response. Bidders shall ensure all relevant certificates, insurances etc. are up to date. Once shortlisting has been completed for stage 1 the following documentation will be required: 1. Certificate of Non Collusion, Canvassing & Declaration 2. Freedom of Information 3. Non Involvement in Serious Organised Crime Declaration 4. Waste Carrier License from SEPA or equivalent 5. Insurances 6. Any other documentation required. The estimated total value at II.1.5 is inclusive of the 5 year extension options. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 9996. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Scottish Borders Council is committed to maximising community benefit from its procurement activities. Under this procurement, the supplier and associated supply chain will be required to support the outcomes set out in the Scottish Borders Community Planning Partnerships' Community Plan and the Scottish Borders Council Corporate Plan. Accordingly contract performance conditions may relate in particular to social, economic and environmental considerations. (SC Ref:526008)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000526008"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}