Award

Collection, Recycling, and Treatment of Bulk Waste

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

16 Sep 2019 at 00:00

Tender

20 Nov 2018 at 00:00

Summary of the contracting process

Glasgow City Council is conducting a public procurement process for the "Collection, Recycling, and Treatment of Bulk Waste," valued at approximately £10,672,500. This tender, which falls under the services category, is currently complete and was initiated on 16 September 2019. The contract is centred in Glasgow, UK, with a focus on managing bulk waste from domestic households, requiring contractors to efficiently handle, recycle, and treat collected waste. The buyer can be contacted through Laura Shaw at laura.shaw@glasgow.gov.uk or by telephone at +44 1412876421. The procurement took place through an open procedure, which allows for broad participation from suppliers.

This tender represents an opportunity for businesses specialising in waste management, recycling, and environmental services, particularly small to medium-sized enterprises (SMEs) which can meet the specified requirements for waste processing and management. Companies with experience in sustainable waste practices and the ability to meet rigorous environmental standards will be well-positioned to compete. Additionally, the contract stipulates the necessity for minimum recycling targets, thus encouraging innovative solutions and practices aimed at waste diversion from landfill, which can bolster both financial returns and community benefits.

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

Collection, Recycling, and Treatment of Bulk Waste

Notice Description

Glasgow City Council invites bids for the provision of the service of the reception, collection, recycling and treatment of bulk waste

Lot Information

Lot 1

Glasgow City Council is inviting a suitable Contractor to bid for the Reception, Collection, Recycling, and Treatment of Bulk Waste. Glasgow City Council provides an uplift service for bulk items of domestic waste for residents in the city. Residents are also able to take bulk waste to four recycling centres. On average, 24,000 tonnes per annum of bulk household waste is bulked at our transfer stations for onward processing. Tonnages fluctuate year on year therefore the council can only provide an estimated tonnage based upon previous years tonnage. Bulk waste will be delivered by the council or collected by the contractor from one of three waste transfer stations. It is estimated that 75% of tonnage will be delivered by the council and 25% of tonnage will be collected by the contractor however these levels may vary. The Council is committed to diverting waste from landfill and to increase the level of recycling in the city. This contract will contribute towards this commitment. The contractor will be required to treat bulk waste to maximise recycling, re-use, treatment and diversion of waste from landfill. It is a requirement of this contract that a minimum of 60% of the bulk waste materials are recycled. The contractor will be required to demonstrate this via monthly management information reporting which will be monitored via Key Performance Indicators. Contractors are to provide detail, via the management information reporting as to where the council's bulk waste materials are sent for recycling or further treatment. All further recycling or treatment is to be in line with SEPA's (or any equivalent) licensing and regulatory requirements. For the purposes of this Contract the Council has set a maximum average round trip distance of 70 miles to the contractor's treatment premises. It is detailed in the ITT documents how this will be assessed. Any bidder that does not meet this criteria will not be progressed to the evaluation stage. This is a pass/fail criteria. As part of the tender, bidders are required to take a minimum of one trial load from each waste transfer station prior to submitting their bid. This is a mandatory requirement for bidding. This contract will be let on a one lot basis this being the most effective way for council operations to manage the contract.. 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 an option to extend for up to two years. The extensions will be taken in either one or two extension awards of up to 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000561701
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP366521
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

90500000 - Refuse and waste related services

90511000 - Refuse collection services

90513100 - Household-refuse disposal services

90514000 - Refuse recycling services

Notice Value(s)

Tender Value
£9,000,000 £1M-£10M
Lots Value
£9,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£10,672,500 £10M-£100M

Notice Dates

Publication Date
16 Sep 20196 years ago
Submission Deadline
7 Jan 2019Expired
Future Notice Date
Not specified
Award Date
25 Jun 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
If no extension taken March 2021 if full extension options are taken March 2023

Notice Status

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

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

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-r6ebe6-0000561701-2019-09-16T00:00:00Z",
    "date": "2019-09-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000561701",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-40",
            "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",
                "faxNumber": "+44 1412879399",
                "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-129",
            "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",
                "faxNumber": "+44 1412879399",
                "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"
            }
        },
        {
            "id": "org-130",
            "name": "Levenseat Ltd",
            "identifier": {
                "legalName": "Levenseat Ltd"
            },
            "address": {
                "streetAddress": "Levenseat Waste Management Site, By Forth",
                "locality": "Lanark",
                "region": "UKM95",
                "postalCode": "ML11 8EP"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-129"
    },
    "tender": {
        "id": "GCC004724CPU",
        "title": "Collection, Recycling, and Treatment of Bulk Waste",
        "description": "Glasgow City Council invites bids for the provision of the service of the reception, collection, recycling and treatment of bulk waste",
        "status": "complete",
        "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": 9000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-01-07T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-01-07T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV337893",
                "documentType": "contractNotice",
                "title": "Collection, Recycling, and Treatment of Bulk Waste",
                "description": "Glasgow City Council invites bids for the provision of the service of the reception, collection, recycling and treatment of bulk waste",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337893",
                "format": "text/html"
            },
            {
                "id": "SEP366521",
                "documentType": "awardNotice",
                "title": "Collection, Recycling, and Treatment of Bulk Waste",
                "description": "Glasgow City Council invites bids for the provision of the service of the reception, collection, recycling and treatment of bulk waste",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP366521",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is inviting a suitable Contractor to bid for the Reception, Collection, Recycling, and Treatment of Bulk Waste. Glasgow City Council provides an uplift service for bulk items of domestic waste for residents in the city. Residents are also able to take bulk waste to four recycling centres. On average, 24,000 tonnes per annum of bulk household waste is bulked at our transfer stations for onward processing. Tonnages fluctuate year on year therefore the council can only provide an estimated tonnage based upon previous years tonnage. Bulk waste will be delivered by the council or collected by the contractor from one of three waste transfer stations. It is estimated that 75% of tonnage will be delivered by the council and 25% of tonnage will be collected by the contractor however these levels may vary. The Council is committed to diverting waste from landfill and to increase the level of recycling in the city. This contract will contribute towards this commitment. The contractor will be required to treat bulk waste to maximise recycling, re-use, treatment and diversion of waste from landfill. It is a requirement of this contract that a minimum of 60% of the bulk waste materials are recycled. The contractor will be required to demonstrate this via monthly management information reporting which will be monitored via Key Performance Indicators. Contractors are to provide detail, via the management information reporting as to where the council's bulk waste materials are sent for recycling or further treatment. All further recycling or treatment is to be in line with SEPA's (or any equivalent) licensing and regulatory requirements. For the purposes of this Contract the Council has set a maximum average round trip distance of 70 miles to the contractor's treatment premises. It is detailed in the ITT documents how this will be assessed. Any bidder that does not meet this criteria will not be progressed to the evaluation stage. This is a pass/fail criteria. As part of the tender, bidders are required to take a minimum of one trial load from each waste transfer station prior to submitting their bid. This is a mandatory requirement for bidding. This contract will be let on a one lot basis this being the most effective way for council operations to manage the contract.. 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": "complete",
                "value": {
                    "amount": 9000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Community Benefits",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend for up to two years. The extensions will be taken in either one or two extension awards of up to 12 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-01-07T12:00:00Z",
            "address": {
                "streetAddress": "UK,Glasgow"
            }
        },
        "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 authorisation: 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 bulk waste is stored 3)Current and valid Site License or Permit for the appointed location(s) of the sites(s) where bulk waste is processed and/or treated"
                },
                {
                    "type": "economic",
                    "description": "Please also refer to Doc 1 - ESPD Supplier Guidance Document within the supplier attachment area of the portal within PCST: PCS-T Questions 4B.4.1, 4B.6-6.1 to be completed based on the criteria listed below with the exception of 4B.1.1 - 1.3 4B 2.1 - 2.3, 4B.3, as they have been removed. Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Trading Performance and Balance Sheet Strength In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- ESPD Question 4B.4 - Trading Performance Ratio An overall positive outcome on pre-tax profit over a 3 year period. Exceptional items occurring in the normal course of business and non-recurring items can be excluded from 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 Asset figure. The above would be expressed in the ratio Total Assets/Total Liabilities ESPD Question 4B.6 The above ratios should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios should be calculated on information contained in the most recent audited accounts. Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during 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. Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. 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. The applicant who is subsequently appointed shall, during the lifetime of the Contract, 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."
                },
                {
                    "type": "technical",
                    "description": "ESPDS Question 4C.1.2 Please provide 2 relevant examples of services carried out during the last three years as specified in the contract notice: (examples from both public and/or private sector customers and clients may be provided) ESPDS Statement For each example the following information should be provided but not be limited to: An overview of the bulk waste processing including customer name, contract start and completion date and contract value. Detail of how maximum recycling of bulk waste was achieved. Details of any challenges that were encountered and mitigating actions adopted to overcome them and how successful were they. Response to this question should not exceed 1,000 words per example to be provided on A4, Arial font 11. Where a submission exceeds the maximum number of words indicated per example, no account will be taken of the words beyond the maximum word count. For clarity, the word count will begin at the first word in the response (including any headings, titles and references to the section) and no consideration will be given to words after the limit has been exceeded. Please Note that this count includes all headers, titles and appendices. Figures and diagrams may be used to accompany text but should be restricted to one per section and not unduly use text. Weighting 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 taken March 2021 if full extension options are taken March 2023"
        },
        "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 4.17 Health and Safety within the ITT document . The council has set a maximum round trip distance of 70 miles from council waste transfer stations to supplier premises. This will be checked first and if a supplier is outwith this 70 mile threshold they will have failed the minimum criteria and the evaluation will not be progressed. Please refer to 4.6 and 4.29 in the ITT document. Suppliers are required to take trial loads prior to bidding. Please refer to 2.6 in the ITT document. The ITT document is contained within the Buyers Attachment Area of PCS-T 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:596384)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000561701"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000561701"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004724CPU",
            "suppliers": [
                {
                    "id": "org-130",
                    "name": "Levenseat Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004724CPU",
            "awardID": "GCC004724CPU",
            "status": "active",
            "value": {
                "amount": 10672500,
                "currency": "GBP"
            },
            "dateSigned": "2019-06-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 226-517422"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "253",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}