Notice Information
Notice Title
Waste Glass Collection and Recycling
Notice Description
Glasgow City Council invites bids for the provision of the service of Kerbside and Public Site Collection and Recycling of waste glass.
Lot Information
Lot 1
The Council is responsible for the provision of waste and recycling services across a variety of waste streams to approximately 300,000 households and approximately 600,000 residents. One of the waste streams is the provision of a kerbside glass collection service. This incorporates the collection of waste glass bottles and jars from households (140 litre bins) and public sites (large galvanised bins - 1100 litre, 1280 litre and node bins) The council requires: - A kerbside collection service to an estimated 115,000 households and accommodate future additions as required. - A public site collection service to 528 locations (637 bins) and accommodate future additions as required. - Delivery of the collected glass to a reprocessing facility upon where it is expected that a minimum of 95% collected glass will be recycled. As a guide, in 2017, 5,800 tonnes of mixed glass was collected from household recycling bins and 2,100 tonnes was collected from public recycling sites. 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: There is the option to extend for up to two years. The extensions will be take in either one or two extension awards of up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000546344
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348979
- 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
90511000 - Refuse collection services
90513100 - Household-refuse disposal services
90514000 - Refuse recycling services
Notice Value(s)
- Tender Value
- £4,500,000 £1M-£10M
- Lots Value
- £4,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Mar 20196 years ago
- Submission Deadline
- 31 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Mar 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If no extension is taken - September 2023 IF the full optional extension term is taken - September 2025
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Laura Shaw
- Contact Email
- laura.shaw@glasgow.gov.uk
- Contact Phone
- +44 1412876421
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323590
Waste Glass Collection and Recycling - Glasgow City Council invites bids for the provision of the service of Kerbside and Public Site Collection and Recycling of waste glass. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348979
Waste Glass Collection and Recycling - Glasgow City Council invites bids for the provision of the service of Kerbside and Public Site Collection and Recycling of waste glass.
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-r6ebe6-0000546344-2019-03-18T00:00:00Z",
"date": "2019-03-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000546344",
"initiationType": "tender",
"parties": [
{
"id": "org-11",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Laura Shaw",
"email": "laura.shaw@glasgow.gov.uk",
"telephone": "+44 1412876421",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-195",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Laura Shaw",
"email": "laura.shaw@glasgow.gov.uk",
"telephone": "+44 1412876421",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-195"
},
"tender": {
"id": "GCC004415CPU",
"title": "Waste Glass Collection and Recycling",
"description": "Glasgow City Council invites bids for the provision of the service of Kerbside and Public Site Collection and Recycling of waste glass.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90514000",
"scheme": "CPV"
},
{
"id": "90511000",
"scheme": "CPV"
},
{
"id": "90513100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 4500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-07-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-07-31T12:00:00Z"
},
"documents": [
{
"id": "JUN323590",
"documentType": "contractNotice",
"title": "Waste Glass Collection and Recycling",
"description": "Glasgow City Council invites bids for the provision of the service of Kerbside and Public Site Collection and Recycling of waste glass.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323590",
"format": "text/html"
},
{
"id": "MAR348979",
"documentType": "awardNotice",
"title": "Waste Glass Collection and Recycling",
"description": "Glasgow City Council invites bids for the provision of the service of Kerbside and Public Site Collection and Recycling of waste glass.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348979",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council is responsible for the provision of waste and recycling services across a variety of waste streams to approximately 300,000 households and approximately 600,000 residents. One of the waste streams is the provision of a kerbside glass collection service. This incorporates the collection of waste glass bottles and jars from households (140 litre bins) and public sites (large galvanised bins - 1100 litre, 1280 litre and node bins) The council requires: - A kerbside collection service to an estimated 115,000 households and accommodate future additions as required. - A public site collection service to 528 locations (637 bins) and accommodate future additions as required. - Delivery of the collected glass to a reprocessing facility upon where it is expected that a minimum of 95% collected glass will be recycled. As a guide, in 2017, 5,800 tonnes of mixed glass was collected from household recycling bins and 2,100 tonnes was collected from public recycling sites. 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",
"status": "cancelled",
"value": {
"amount": 4500000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2430
},
"hasRenewal": true,
"renewal": {
"description": "There is the option to extend for up to two years. The extensions will be take in either one or two extension awards of up to 12 months"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Work Practices",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
}
}
],
"bidOpening": {
"date": "2018-07-31T12:00:00Z",
"address": {
"streetAddress": "UK, Glasgow"
}
},
"contractTerms": {
"performanceTerms": "Detailed in the Terms and Conditions"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.2 - 4A.2.3 Bidders are required to confirm that they (or nominated sub contractors) hold the following authorisations and provide copies of each license: 1)Current and valid Waste Carriers License 2)Current and valid Site License or Permit for the appointed location(s) of the site(s) where glass is stored 3)Current and valid Site License or Permit for the appointed location(s) of the sites(s) where glass is processed and/or treated"
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Minimum Turnover Trading Performance and Balance Sheet strength. Financial requirements should be calculated on latest filed accounts with Company House For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Minimum Turnover Minimum Turnover to be set at twice the total contract value inclusive of all extension options Trading Performance Ratio An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. The successful supplier will be required to provide the last 3 years of fully audited accounts at Company House, in order to provide documentary evidence that the financial requirements have been met which shall be requested via a Request for Documentation PCS-T. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this ESPD. Bidders must hold or commit to obtain prior to the commencement of the contract if successful the following insurances: Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained"
},
{
"type": "technical",
"description": "ESPDS Question: For public supply and public service contracts only, please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice which should include the customer contact name, value of contract and contract start and end dates. ESPDS Statement For each example the following information should be provided but not be limited to: 1.An overview of the contract including customer name, contract start and completion dates and contract value; 2. The process for ensuring glass was collected to an optimum collection schedule and was processed at a glass processor to ensure maximum recycling; 3.Details of any challenges that were encountered and how these were overcome; The weighting will be out of 100% with 50% attributed to each example.",
"minimum": "A minimum pass mark of 60% out of 100% is required in total for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "90500000",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": true,
"recurrence": {
"description": "If no extension is taken - September 2023 IF the full optional extension term is taken - September 2025"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'ESPD Statements Document' within the buyers attachment area on PCS-T. Health & Safety -- The H&S Questionnaire is also contained in the buyers attachments section of PCS-T. Applicants must complete this questionnaire as part of their submission. If requested at the Request for Documentation stage of the evaluation the supporting documentation with respect to the questionnaire will be requested. The H&S Questionnaire will be evaluated as pass or fail. Please also refer to 4.5.9 Health and Safety within the ITT document also contained within the Buyers Attachment area. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD Statements documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. (SC Ref:577785)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000546344"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000546344"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004415CPU",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 123-279626"
}
]
}