Tender

Supply, Delivery, Installation, of Solar compacting Bins, Double Unit Recycling Bins with Sensors

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

18 Feb 2020 at 00:00

Summary of the contracting process

Glasgow City Council is in the tender stage of its procurement process, seeking to appoint a single supplier for the supply, delivery, installation, repair and maintenance of solar compacting bins and double unit recycling bins with sensors. This contract, valued at £592,000, is crucial for enhancing the street litter bin infrastructure in Glasgow, aiming to improve efficiencies and service delivery. The deadline for submitting tenders is 24 March 2020, with bid opening occurring on the same date. The procurement follows an open procedure and is classified under the goods category, specifically focused on general public services.

This tender presents significant opportunities for businesses engaged in waste management, recycling solutions, and technological innovations related to solar energy and smart waste systems. Companies that specialize in the manufacture and maintenance of smart waste bins, renewable energy systems, or recycling infrastructure would particularly be well-suited to compete for this contract. Participation in this procurement process could not only lead to a substantial contract but also enhance a company’s reputation and visibility in the growing market for sustainable urban solutions.

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

Supply, Delivery, Installation, of Solar compacting Bins, Double Unit Recycling Bins with Sensors

Notice Description

Glasgow City Council is seeking to appoint a single supplier for the Supply, Delivery, Installation, Repair and Maintenance of Solar compacting Bins, Double Unit Bins with Sensors (Solar Compacting Unit with attached Recycling Unit) and Spare Parts.

Lot Information

Lot 1

Glasgow City Council is investing in the street litter bin infrastructure to provide further efficiencies, service improvements and ways to add value to the service. As a result the council has a requirement for Solar Compacting Bins which will reduce the number of waste collections, increase the current amount of waste that can be collected and reduce overflowing bins. The council is seeking to appoint a single supplier for the Supply, Delivery, Installation, Repair and Maintenance of Solar compacting Bins, Double Unit Bins with Sensors (Solar Compacting Unit with attached Recycling Unit) and Spare Parts. The bins must timeously notify the Council, via software linked to the units, when the bin is required to be emptied. The Solar Compacting Bin must harvest more energy than it consumes to ensure the solar compacting unit is fully operational at all times throughout the year even when lighting levels are reduced for prolonged periods of time due to adverse weather conditions and during the winter months. This will ensure bins are fully operational throughout the year. The Solar Powered Compacting Bin must be able to facilitate a minimum 8 compactions ratios in a 24 hour period which will compact a minimum of 600L of waste deposits Other requirements are summarised below; - Supply and installation of single Solar Compacting Bins - Supply and installation of Double Bin Units - Solar Compacting Bin with attached Recycling Unit fitted with Smart Sensor. - Back-end software required (same system required on both style of bins) - Maintenance and back-end system support - Supply of spare parts and repair of bins

Renewal: Up to 24 months plus up to twenty four months plus up to twelve months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000607420
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381318
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Goods
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

Notice Value(s)

Tender Value
£592,000 £500K-£1M
Lots Value
£592,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20206 years ago
Submission Deadline
24 Mar 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Linda O'Dell
Contact Email
linda.o'dell@glasgow.gov.uk
Contact Phone
+44 1412876437

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=FEB381318
    Supply, Delivery, Installation, of Solar compacting Bins, Double Unit Recycling Bins with Sensors - Glasgow City Council is seeking to appoint a single supplier for the Supply, Delivery, Installation, Repair and Maintenance of Solar compacting Bins, Double Unit Bins with Sensors (Solar Compacting Unit with attached Recycling Unit) and Spare Parts.

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-r6ebe6-0000607420-2020-02-18T00:00:00Z",
    "date": "2020-02-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000607420",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-22",
            "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": "Linda O'Dell",
                "email": "linda.o'dell@glasgow.gov.uk",
                "telephone": "+44 1412876437",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-53",
            "name": "Glasgow Sherif Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sherif Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://www.glasgow.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-22"
    },
    "tender": {
        "id": "GCC004932CPU",
        "title": "Supply, Delivery, Installation, of Solar compacting Bins, Double Unit Recycling Bins with Sensors",
        "description": "Glasgow City Council is seeking to appoint a single supplier for the Supply, Delivery, Installation, Repair and Maintenance of Solar compacting Bins, Double Unit Bins with Sensors (Solar Compacting Unit with attached Recycling Unit) and Spare Parts.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 592000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-03-24T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-03-24T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB381318",
                "documentType": "contractNotice",
                "title": "Supply, Delivery, Installation, of Solar compacting Bins, Double Unit Recycling Bins with Sensors",
                "description": "Glasgow City Council is seeking to appoint a single supplier for the Supply, Delivery, Installation, Repair and Maintenance of Solar compacting Bins, Double Unit Bins with Sensors (Solar Compacting Unit with attached Recycling Unit) and Spare Parts.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381318",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is investing in the street litter bin infrastructure to provide further efficiencies, service improvements and ways to add value to the service. As a result the council has a requirement for Solar Compacting Bins which will reduce the number of waste collections, increase the current amount of waste that can be collected and reduce overflowing bins. The council is seeking to appoint a single supplier for the Supply, Delivery, Installation, Repair and Maintenance of Solar compacting Bins, Double Unit Bins with Sensors (Solar Compacting Unit with attached Recycling Unit) and Spare Parts. The bins must timeously notify the Council, via software linked to the units, when the bin is required to be emptied. The Solar Compacting Bin must harvest more energy than it consumes to ensure the solar compacting unit is fully operational at all times throughout the year even when lighting levels are reduced for prolonged periods of time due to adverse weather conditions and during the winter months. This will ensure bins are fully operational throughout the year. The Solar Powered Compacting Bin must be able to facilitate a minimum 8 compactions ratios in a 24 hour period which will compact a minimum of 600L of waste deposits Other requirements are summarised below; - Supply and installation of single Solar Compacting Bins - Supply and installation of Double Bin Units - Solar Compacting Bin with attached Recycling Unit fitted with Smart Sensor. - Back-end software required (same system required on both style of bins) - Maintenance and back-end system support - Supply of spare parts and repair of bins",
                "status": "active",
                "value": {
                    "amount": 592000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "description": "45"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Up to 24 months plus up to twenty four months plus up to twelve months."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-03-24T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Key Performance Indicators are detailed in the Tender document and the Terms & Conditions."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "FINANCIAL There is a minimum financial requirement that affects Trading Performance and Balance Sheet Strength Financial requirements should be calculated on latest filed accounts with Companies House For non-UK Companies ratios should be calculated on information contained in most recent audited accounts. 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 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 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. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) most recent sets of annual audited accounts including profit and loss information. 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. Applicants who are subsequently appointed to the Contract 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. Any Bidder who fails to achieve or exceed the criteria as stated above will be excluded.",
                    "minimum": "INSURANCES All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved. All changes to the standard insurance requirements listed below will be approved in advance by Glasgow City Council's/ Financial Services (Insurance Section Where changes occur, the specific insurance requirements for the project will be outlined within the tender documentation, however at this time the Councils standard insurance requirements are outlined as follows as they are expected to be the minimum requirement. Employer's Liability The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) GBP POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000) GBP POUNDS STERLING in respect of any one claim and unlimited in the period. Products Liability The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000) GBP POUNDS STERLING in respect of any one claim and in the aggregate. Confirmation of Insurances The Applicant is required to confirm that these levels of insurance would be in place should the Applicant be awarded this contract. The above insurances shall be with an insurance company registered with Financial Conduct Authority in the UK, or equivalent body for other EU member states. Organisations shall not sub-let or sub contract any part of the commission unless the sub-contractor is similarity insured, unless the council agrees otherwise. Should the bidder not have the specified insurance at the time of tendering then, the bidder must certify in their response to this ITT that the specified insurance shall be obtained."
                },
                {
                    "type": "technical",
                    "description": "ESPD Question 4C.1.2 Please provide 2 relevant examples of supplies and/or 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) ESPD Statement For each example the following information should be provided but not be limited to: Detail that the bins that were deployed delivered a successful solar compacting bin operation with respect to uninterrupted, regular and consistent solar powered compaction of waste that provided real time reporting to the customer and provided bin collection efficiencies.",
                    "minimum": "This section has a weighted scored of 100%. Each question/example contained within this section will be given individual scores which total to 100% e.g. Example one 50% example two 50% - A MINIMUM PASS MARK OF 60 OUT OF THE 100 TOTAL MARKS AVAILABLE IS REQUIRED. ANY BIDDER WHO FAILS TO ACHIEVE THIS WILL BE EXCLUDED AT THIS STAGE FROM THE TENDER."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "90500000",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City 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. 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 the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (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 Sheriff 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 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": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in the Supplier Guidance Document, which is located in the Buyers Attachment area of Public Contracts Scotland Tender (PCS-T). ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control, If bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed in Document Three at the Request For Documentation Stage. 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 attachments area within the PCS Tender portal as 'Doc 2 Solar Bins Terms for ITT' Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD Statements documents situated within the attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15254. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The council is seeking Mandatory un-scored and Voluntary Community Benefits. Please refer to the Tender document (titled Doc 1- Tender Document - Solar Compacting Bins) contained within the Buyers Attachment area of PCS-T for further information. (SC Ref:607420)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607420"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}