Award

Treatment of Post Consumer Recyclate Consisting of Mixed Plastics, Cans and Glass

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

30 Oct 2018 at 00:00

Tender

15 May 2018 at 00:00

Summary of the contracting process

Renfrewshire Council is currently overseeing a public procurement process for the treatment of post-consumer recyclate, which includes mixed plastics, cans, and glass. The procurement method employed is an open procedure, with the tender period ending on 21st June 2018. The location for this contract is within Paisley, Renfrewshire, United Kingdom. This procurement is classified under the services category, specifically aligned with general public services. A total budget of £550,000 has been allocated for this contract, with contract signing occurring on 1st October 2018.

This tender represents a significant opportunity for businesses specialising in recycling and waste management services. Companies that have relevant experience in handling mixed recyclables and can demonstrate compliance with insurance and quality management standards would be particularly well-suited to participate. Additionally, small and medium-sized enterprises (SMEs) that meet the financial turnover requirements outlined in the tender submission criteria are encouraged to compete, which can help them expand their market presence through successful contract execution with a local authority.

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

Treatment of Post Consumer Recyclate Consisting of Mixed Plastics, Cans and Glass

Notice Description

Renfrewshire Council has appointed a contractor for the Treatment of post-consumer recyclate consisting of mixed Plastics, cans and glass as defined by the definition of Target Materials

Lot Information

Lot 1

Renfrewshire Council has appointed a contractor for the Treatment of post-consumer recyclate consisting of mixed Plastics, cans and glass as defined by the definition of Target Materials

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000539970
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335748
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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

90514000 - Refuse recycling services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£550,000 £500K-£1M

Notice Dates

Publication Date
30 Oct 20187 years ago
Submission Deadline
21 Jun 2018Expired
Future Notice Date
Not specified
Award Date
1 Oct 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Euan Walker, Joanna Lindsay
Contact Email
euan.walker@renfrewshire.gov.uk, joanna.lindsay@renfrewshire.gov.uk
Contact Phone
+44 14161867791, +44 1416187791

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
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
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

LEVENSEAT

Further Information

Notice Documents

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-r6ebe6-0000539970-2018-10-30T00:00:00Z",
    "date": "2018-10-30T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000539970",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-32",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Euan Walker",
                "email": "euan.walker@renfrewshire.gov.uk",
                "telephone": "+44 1416187791",
                "faxNumber": "+44 1416187050",
                "url": "https://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.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-33",
            "name": "Please see Section VI.4.3",
            "identifier": {
                "legalName": "Please see Section VI.4.3"
            },
            "address": {
                "locality": "Please see Section VI.4.3",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-242",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Joanna Lindsay",
                "email": "joanna.lindsay@renfrewshire.gov.uk",
                "telephone": "+44 14161867791",
                "faxNumber": "+44 1416186906",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-285",
            "name": "Levenseat Limited",
            "identifier": {
                "legalName": "Levenseat Limited"
            },
            "address": {
                "streetAddress": "By Forth, Lanark",
                "locality": "Lanark",
                "region": "UKM83",
                "postalCode": "ML11 8EP"
            },
            "contactPoint": {
                "telephone": "+44 1501773113"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-243",
            "name": "Please see Section VI.4.3",
            "identifier": {
                "legalName": "Please see Section VI.4.3"
            },
            "address": {
                "locality": "Please see Section VI.4.3"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-242"
    },
    "tender": {
        "id": "RC-CPU-17-117",
        "title": "Treatment of Post Consumer Recyclate Consisting of Mixed Plastics, Cans and Glass",
        "description": "Renfrewshire Council has appointed a contractor for the Treatment of post-consumer recyclate consisting of mixed Plastics, cans and glass as defined by the definition of Target Materials",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-06-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-06-21T12:30:00Z"
        },
        "documents": [
            {
                "id": "MAY319356",
                "documentType": "contractNotice",
                "title": "Treatment of Post Consumer Recyclate Consisting of Mixed Plastics, Cans and Glass",
                "description": "Renfrewshire Council is currently inviting tenders, from suitably qualified companies for the Treatment of post-consumer recyclate consisting of mixed Plastics, cans and glass as defined by the definition of Target Materials",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319356",
                "format": "text/html"
            },
            {
                "id": "NOV335748",
                "documentType": "awardNotice",
                "title": "Treatment of Post Consumer Recyclate Consisting of Mixed Plastics, Cans and Glass",
                "description": "Renfrewshire Council has appointed a contractor for the Treatment of post-consumer recyclate consisting of mixed Plastics, cans and glass as defined by the definition of Target Materials",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335748",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council has appointed a contractor for the Treatment of post-consumer recyclate consisting of mixed Plastics, cans and glass as defined by the definition of Target Materials",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Method Statements",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-06-21T12:30:00Z",
            "address": {
                "streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley PA1 1JB"
            },
            "description": "Tenders will be opened in accordance with Council's Standing Orders"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.1.1Bidders will be required to have a minimum \"general\" yearly turnover of 900,000 GBP for the last 2 years. 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10m GBP each and every claim; Public / Products Liability Insurance =5m GBP each and every claim; 4B.6 The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that either a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation",
                    "minimum": "4B.1.1Bidders will be required to have a minimum \"general\" yearly turnover of 900,000 GBP for the last 2 years. 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below : Employer's (Compulsory) Liability Insurance = 10m GBP each and every claim; Public / Products Liability Insurance =5m GBP each and every claim; 4B.6 Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they 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 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 (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement).",
                    "minimum": "As above"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-10-19T00:00:00Z"
            }
        },
        "classification": {
            "id": "90514000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:562551)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000539970"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000539970"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-17-117",
            "suppliers": [
                {
                    "id": "org-285",
                    "name": "Levenseat Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-17-117",
            "awardID": "RC-CPU-17-117",
            "status": "active",
            "value": {
                "amount": 550000,
                "currency": "GBP"
            },
            "dateSigned": "2018-10-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 092-209006"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "499",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}