Notice Information
Notice Title
Reception, Transfer, Treatment & Disposal of Municipal Solid Waste
Notice Description
Reception, transfer, treatment & disposal of municipal solid waste services for Argyll & Bute, Inverclyde & West Dunbartonshire Councils.
Lot Information
Lot 1
Argyll & Bute, Inverclyde and West Dunbartonshire Councils' (the Councils), are collaborating in the 'Reception, Transfer, Treatment & Disposal of Municipal Solid Waste' due to the geographical locations of the Councils and aggregated tonnage of waste. This should present economies of scale and be more attractive to a wider range of waste processors to allow either inward investment or a haul and treat solution, whereas the individual tonnages would itself not be as attractive for new investment or attract a processor willing to haul smaller tonnages. This should allow for the much needed investment and treatment of waste in the west of Scotland to increase capacity and capability, in turn the Councils' should be able to secure a sustainable competitive rate whilst achieving security of service provision. West Dunbartonshire Council is acting as the Lead Authority for this procurement. There is a statutory obligation on all Councils to make arrangements to collect and recycle or process and dispose of waste from households and civic amenity sites. The waste stream of municipal solid waste (MSW) is collected by all Councils and presented in a similar fashion to processors. The key contract deliverable of this procurement is to ensure that Argyll & Bute, Inverclyde and West Dunbartonshire Councils' individually and collectively, meet their obligations in respect of the forthcoming ban on the landfill disposal of Biodegradable Municipal Waste (BMW) from 1st January 2021 while maintaining a cost effective & sustainable contract. The purpose of this invitation to tender (ITT) is to identify a single service provider deliver best value for the three Councils taking into service considerations and compatibility with the Councils existing and possible future collection services. The service provision for each council will be for contractors to offer suitable reception facilities where required, haulage, processing and treatment of municipal solid waste for each council in a compliant manner before and after the biodegradable municipal waste landfill ban in 2021. The two waste streams are: Waste Stream 1 - Treatment and Disposal of Residual Waste & Waste Stream 2 - Treatment and Disposal of Bulky Waste
Renewal: Option for a 5year (60month) extension for each individual Council
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000574023
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377416
- 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
90510000 - Refuse disposal and treatment
90512000 - Refuse transport services
90513100 - Household-refuse disposal services
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jan 20206 years ago
- Submission Deadline
- 1 May 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Jan 20206 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Yes, renewal in 10years (2029) or 15years if extensions are taken (2034)
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Additional Buyers
- Contact Name
- Alex Grace, Christine Todd, Suzanne Callaghan
- Contact Email
- alex.grace@west-dunbarton.gov.uk, christine.todd@argyll-bute.gov.uk, procurement@argyll-bute.gov.uk, procurementhelpdesk@inverclyde.gov.uk, suzanne.callaghan@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000, +44 1475712364, +44 1546604194, +44 1546604239
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- 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
- TLM Scotland
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde North
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348623
Reception, Transfer, Treatment & Disposal of Municipal Solid Waste - Reception, transfer, treatment & disposal of municipal solid waste services for Argyll & Bute, Inverclyde & West Dunbartonshire Councils. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377416
Reception, Transfer, Treatment & Disposal of Municipal Solid Waste - Reception, transfer, treatment & disposal of municipal solid waste services for Argyll & Bute, Inverclyde & West Dunbartonshire Councils.
Notice URLs
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-r6ebe6-0000574023-2020-01-14T00:00:00Z",
"date": "2020-01-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000574023",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"name": "Suzanne Callaghan",
"email": "suzanne.callaghan@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "https://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.west-dunbarton.gov.uk"
}
},
{
"id": "org-11",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"name": "Christine Todd",
"email": "christine.todd@argyll-bute.gov.uk",
"telephone": "+44 1546604239",
"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.argyll-bute.gov.uk"
}
},
{
"id": "org-51",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Corporate Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "procurementhelpdesk@Inverclyde.gov.uk",
"telephone": "+44 1475712364"
},
"roles": [
"buyer"
]
},
{
"id": "org-5",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"name": "Alex Grace",
"email": "alex.grace@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-6",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM63",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"email": "procurement@argyll-bute.gov.uk",
"telephone": "+44 1546604194"
},
"roles": [
"buyer"
]
},
{
"id": "org-7",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Corporate Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "procurementhelpdesk@Inverclyde.gov.uk",
"telephone": "+44 1475712364"
},
"roles": [
"buyer"
]
},
{
"id": "org-236",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"name": "Alex Grace",
"email": "alex.grace@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://"
},
"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.west-dunbarton.gov.uk"
}
},
{
"id": "org-237",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM63",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"email": "procurement@argyll-bute.gov.uk",
"telephone": "+44 1546604194"
},
"roles": [
"buyer"
]
},
{
"id": "org-238",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Corporate Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "procurementhelpdesk@Inverclyde.gov.uk",
"telephone": "+44 1475712364"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-236"
},
"tender": {
"id": "PCS-T Project 12926",
"title": "Reception, Transfer, Treatment & Disposal of Municipal Solid Waste",
"description": "Reception, transfer, treatment & disposal of municipal solid waste services for Argyll & Bute, Inverclyde & West Dunbartonshire Councils.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90510000",
"scheme": "CPV"
},
{
"id": "90512000",
"scheme": "CPV"
},
{
"id": "90513100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Argyll & Bute, Inverclyde and West Dunbartonshire"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2019-05-01T14:00:00Z"
},
"awardPeriod": {
"startDate": "2019-05-01T14:00:00Z"
},
"documents": [
{
"id": "MAR348623",
"documentType": "contractNotice",
"title": "Reception, Transfer, Treatment & Disposal of Municipal Solid Waste",
"description": "Reception, transfer, treatment & disposal of municipal solid waste services for Argyll & Bute, Inverclyde & West Dunbartonshire Councils.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348623",
"format": "text/html"
},
{
"id": "JAN377416",
"documentType": "awardNotice",
"title": "Reception, Transfer, Treatment & Disposal of Municipal Solid Waste",
"description": "Reception, transfer, treatment & disposal of municipal solid waste services for Argyll & Bute, Inverclyde & West Dunbartonshire Councils.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377416",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Argyll & Bute, Inverclyde and West Dunbartonshire Councils' (the Councils), are collaborating in the 'Reception, Transfer, Treatment & Disposal of Municipal Solid Waste' due to the geographical locations of the Councils and aggregated tonnage of waste. This should present economies of scale and be more attractive to a wider range of waste processors to allow either inward investment or a haul and treat solution, whereas the individual tonnages would itself not be as attractive for new investment or attract a processor willing to haul smaller tonnages. This should allow for the much needed investment and treatment of waste in the west of Scotland to increase capacity and capability, in turn the Councils' should be able to secure a sustainable competitive rate whilst achieving security of service provision. West Dunbartonshire Council is acting as the Lead Authority for this procurement. There is a statutory obligation on all Councils to make arrangements to collect and recycle or process and dispose of waste from households and civic amenity sites. The waste stream of municipal solid waste (MSW) is collected by all Councils and presented in a similar fashion to processors. The key contract deliverable of this procurement is to ensure that Argyll & Bute, Inverclyde and West Dunbartonshire Councils' individually and collectively, meet their obligations in respect of the forthcoming ban on the landfill disposal of Biodegradable Municipal Waste (BMW) from 1st January 2021 while maintaining a cost effective & sustainable contract. The purpose of this invitation to tender (ITT) is to identify a single service provider deliver best value for the three Councils taking into service considerations and compatibility with the Councils existing and possible future collection services. The service provision for each council will be for contractors to offer suitable reception facilities where required, haulage, processing and treatment of municipal solid waste for each council in a compliant manner before and after the biodegradable municipal waste landfill ban in 2021. The two waste streams are: Waste Stream 1 - Treatment and Disposal of Residual Waste & Waste Stream 2 - Treatment and Disposal of Bulky Waste",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Envelope",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "Option for a 5year (60month) extension for each individual Council"
}
}
],
"bidOpening": {
"date": "2019-05-01T14:00:00Z",
"address": {
"streetAddress": "Council Offices 16 Church Street, Dumbarton. Electronic via PCS-Tender"
},
"description": "Authorised Procurement Officer with access to web portal for Public Contracts Scotland-Tender"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The councils will agree key performance indicators (KPI's) to be measured in the delivery the contract. Examples of KPI's are detailed in the statement of requirements which may be included into the contract but is not exhaustive, other KPI's will be included to represent the service providers offering in their tender submission or discussed and agreed at the start of the period of contract and thereafter monitored as part of the management of the contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In response to ESPD (Scotland)questions 4A.1 please advise your relevant professional or trade registration details. 4A.2 where it is required within a bidder's country of establishment, bidders must confirm which authorisation(s) or membership(s) of the relevant organisation(s) are required in order to perform this service(s) to be procured under this contract. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Bidders must hold the following particular authorisation as a minimum: 1. Waste Management Licence (name, number and expiry date) or an ability to demonstrate of any Exemption or Permit made under the Waste Management Licensing (Scotland) Regulations 2011 (as amended) and/or Pollution Prevention and Control (Scotland) Regulations 2012 (as amended) as required by the Scottish Environmental Protection Agency, or their equivalent regulatory body in other jurisdictions. 2. Waste carrier registration (name, number and expiry date) if the bidder/subcontractor is intending to collect waste from any Council. 3. Where a bidder received a suspension of the above licences, registrations and permits (waste management licence, waste carrier registration etc.) issued in the past five years, the bidder must be able to demonstrate reasons, duration, recommendations, plans in place to implement recommendations and any pending prosecutions of each occurrence of the suspension. 4. Where a bidder has been convicted of breaching environmental legislation, or had any notice served upon it, in the past three years by the environmental regulator or authority (including council). The bidder must be able to give details of the conviction or notice and demonstrate comprehensive remedial actions or changes made as a result of conviction or notice served. Where required bidders must hold the following particular authorisation or its supply chain must hold as a minimum: 1. Planning Consent or other approval (name, number and expiry date) from the appropriate Council for all Waste Treatment facilities the bidder is offering or, otherwise an ability to demonstrate of any Planning Consent Exemptions."
},
{
"type": "economic",
"description": "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 or Regulations 8&9 of the Procurement (Scotland) Regulations 2016.",
"minimum": "With reference to ESPD questions: 4B.1.1 & 4B.2.1 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than the aggregated annual contract value on offer estimated at 9 million GBP. (9 million GBP turnover required) . 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v2.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee (PCG) WD04 - Parent Company Guarantee refers and an industry form PCG will be provided with the Invitation to Tender where this is considered necessary. Should after review of the financial evaluations of the bidder fail, then the tender submission may be rejected. . Insurance Q4B.5.1 -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 insurance levels listed below. Q4B.5.1b - Employers Liability Insurance - 10 million GBP Q4B5.2 - Public Liability Insurance - 10million GBP each Q4B5.2 - Third Party Motor Vehicle Liability Insurance - 5million GBP to a minimum indemnity limit of 5 million GBP, each and every claim in respect of property damage, without limit to the number of claims, unlimited in respect of personal injury."
},
{
"type": "technical",
"description": "ESPD questions: 4C.1.2,4C.6,4C.6.1,4C.7,4C.8.1,4C.8.2,4C.9 & 4C.10. 4D.1 & 4D.2 questions will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes)",
"minimum": "With reference to ESPD questions detailed below bidders will required to provide relevant information to deliver the requirements as detailed in II.2.4 in this Contract Notice or the relevant section of the Site Notice in such that each councils service requirements can be meet. 4C.1.2: Bidders will be required to provide 3 previous examples of services provision carried out within the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the service provision. The Contracting Authority reserves the right to contact any or all of the organisations provided in examples of previous experience to ascertain performance and may visit their premises. Bidders should ensure that organisations listed are willing to discuss the bidder's performance with the contracting Authority. Has the bidder, any consortium member or any sub-contractors defaulted on the delivery of a contract, had a contract cancelled, or not renewed for failure to perform or, withdraw from the contract prematurely within the last three years, the bidder should be able to demonstrate the circumstances surrounding the event. 4C.6 bidders are requested to provide the qualifications held by the bidding organisation to support the delivery of the contract as detailed in the statement of requirement(SOR)by in house staff, management or sub contractors this should include certificate of technical competence (COTC) or equivalent. 4C.7, bidders are requested to detail environmental management measures they will be able to use in the performance of the contract.ie recycling and processing key performance indicators. 4C.8.1, 8.2, bidders are requested to confirm their average annual manpower and managements for the last three years. Within 4C.9, bidders are requested to detail of the relevant tools, plant, and technical equipment available to deliver the procurement. 4C.10, bidders will be required to confirm what activities, if any, they intend to subcontract and the total proportion of the contract that will be subcontracted If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4. 4C.12 bidders are requested confirm where relevant outputs are produced ie Refuse Derived Fuel(RDF) or other(s) that the appropriate required quality certification can be presented. Q4D.1 Mandatory Pass/Fail Question - Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ENISO 9001 (or equivalent), OR 2. The bidder can demonstrate an equivalent. Q4D.1 Mandatory Pass/Fail Question -Health & Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent. (Passing the Contracting Authorities health & safety assessment questionnaire would demonstrate an equivalent ref WD06) Q4D.1 Mandatory Pass/Fail Question -Environmental Systems or standards 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder can demonstrate an equivalent"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-10-30T00:00:00Z"
}
},
"classification": {
"id": "90500000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Yes, renewal in 10years (2029) or 15years if extensions are taken (2034)"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-3",
"description": "Extension provided to allow interested bidders the opportunity to explore options to deliver a viable compliant tender offer.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-05-01T14:00:00Z"
},
"newValue": {
"date": "2019-07-01T14:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2019-10-30T00:00:00Z"
},
"newValue": {
"date": "2019-12-31T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2019-05-01T14:00:00Z"
},
"newValue": {
"date": "2019-07-01T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "The documents entitled \"Supplier Certificates & Additional Selection Criteria\" are all found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. 1. WD04 Parent Company Guarantee (Only if required) 2. WD05 Non Collusion Certificate 3. WD06 Health & Safety Questionnaire (Only if required) 4. WD07 Certificate of Non-Canvassing 5. WD08 FOI Declaration 6. WD09 WDC Financial Vetting Questionnaire 7. WD15 Police Scotland Checks The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. Minimum requirements to pass the qualification envelope, exclusion & selection criteria. Discretionary Scored Questions - Shortlisting Qualification Envelope Questions. These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Q4D.1 Mandatory Pass/Fail Question -Health & Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent (Passing WDC's Health & Safety assessment questionnaire would demonstrate an equivalent ref WD06) With reference to information sharing with Police Scotland bidders will be required to confirm acceptance to sharing company director's details at preferred bidder's status (SC Ref:610576)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574023"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574023"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574023"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PCS-T Project 12926",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 056-129582"
}
]
}