Notice Information
Notice Title
Residual Waste Treatment and Disposal 2021 - CPwN
Notice Description
AWARDED - Option A The Authority had a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority invited tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers were to note that the Procurement was conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.
Lot Information
Lot 1
AWARDED - Option A The Authority had a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority invited tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers were to note that the Procurement was conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.. Please refer to the The Single Procurement (Scotland) Document [SPD] Instructions document.
Renewal: With an option to extend by up to thirty-six (36) months, subject to mutual agreement
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000660298
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442680
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90510000 - Refuse disposal and treatment
Notice Value(s)
- Tender Value
- £66,400,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £58,000,000 £10M-£100M
Notice Dates
- Publication Date
- 7 Mar 20223 years ago
- Submission Deadline
- 6 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Feb 20223 years ago
- Contract Period
- 1 Jan 2023 - 31 Dec 2027 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE HIGHLAND COUNCIL
- Contact Name
- Special Projects Category Management Team
- Contact Email
- cpssprocurement@aberdeencity.gov.uk, gordon.duncan@highland.gov.uk
- Contact Phone
- +44 1463702386, +44 1463702670
Buyer Location
- Locality
- INVERNESS
- Postcode
- IV3 5NX
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM6 Highlands and Islands
-
- Local Authority
- Highland
- Electoral Ward
- Inverness West
- Westminster Constituency
- Inverness, Skye and West Ross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL421063
Residual Waste Treatment and Disposal 2021 - CPwN - The Authority has a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority wishes to invite tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers are to note that this Procurement is being conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442680
Residual Waste Treatment and Disposal 2021 - CPwN - AWARDED - Option A The Authority had a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority invited tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers were to note that the Procurement was conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.
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-r6ebe6-0000660298-2022-03-07T00:00:00Z",
"date": "2022-03-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000660298",
"initiationType": "tender",
"parties": [
{
"id": "org-87",
"name": "The Highland Council",
"identifier": {
"legalName": "The Highland Council"
},
"address": {
"streetAddress": "Block A First Floor, Glenurquhart Road",
"locality": "Inverness",
"region": "UKM6",
"postalCode": "IV3 5NX"
},
"contactPoint": {
"name": "Special Projects Category Management Team",
"email": "CPSSprocurement@aberdeencity.gov.uk",
"telephone": "+44 1463702386",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.highland.gov.uk/"
}
},
{
"id": "org-17",
"name": "Inverness Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Inverness Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "The Inverness Justice Centre, Longman Road",
"locality": "Inverness",
"postalCode": "Iv1 1AH"
},
"contactPoint": {
"email": "inverness@scotcourts.gov.uk",
"telephone": "+44 1463230782",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-242",
"name": "The Highland Council",
"identifier": {
"legalName": "The Highland Council"
},
"address": {
"streetAddress": "Council Headquarters, Glenurquhart Road",
"locality": "Inverness",
"region": "UKM6",
"postalCode": "IV3 5NX"
},
"contactPoint": {
"email": "gordon.duncan@highland.gov.uk",
"telephone": "+44 1463702670",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.highland.gov.uk/"
}
},
{
"id": "org-277",
"name": "Viridor Dunbar Waste Services Limited",
"identifier": {
"legalName": "Viridor Dunbar Waste Services Limited"
},
"address": {
"streetAddress": "1 Exchange Crescent, , Conference Square",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH3 8UL"
},
"contactPoint": {
"email": "bidteam_dunbar@viridor.co.uk",
"telephone": "+44 1732229200"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-9",
"name": "Inverness Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Inverness Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Longman Rd",
"locality": "Inverness",
"postalCode": "IV1 1AH"
},
"contactPoint": {
"url": "http://www.nhshighland.scot.nhs.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "The Highland Council",
"id": "org-242"
},
"tender": {
"id": "HC/C&P/WMS-RWTRD/2021/AWARDED",
"title": "Residual Waste Treatment and Disposal 2021 - CPwN",
"description": "AWARDED - Option A The Authority had a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority invited tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers were to note that the Procurement was conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90510000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "The Highland Council area"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM6"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 66400000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2021-08-06T12:00:00Z"
},
"documents": [
{
"id": "JUL421063",
"documentType": "contractNotice",
"title": "Residual Waste Treatment and Disposal 2021 - CPwN",
"description": "The Authority has a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority wishes to invite tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers are to note that this Procurement is being conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL421063",
"format": "text/html"
},
{
"id": "MAR442680",
"documentType": "awardNotice",
"title": "Residual Waste Treatment and Disposal 2021 - CPwN",
"description": "AWARDED - Option A The Authority had a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority invited tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers were to note that the Procurement was conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442680",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "AWARDED - Option A The Authority had a requirement for the treatment and disposal of residual waste generated by households and commercial premises in the Highland Council area. The Authority invited tender proposals for either or both of the following: - Option A Core Services - Treatment and Disposal of Residual Waste without Haulage; - Option B Optional Services - Treatment and Disposal of Residual Waste with Haulage (Uplift and Transport of Residual Waste). Tenderers were to note that the Procurement was conducted using the Competitive Procedure with Negotiation [CPwN] in terms of regulation 30 of the Public Contracts (Scotland) Regulations 2015.. Please refer to the The Single Procurement (Scotland) Document [SPD] Instructions document.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3
},
"selectionCriteria": {
"description": "Please refer to the The Single Procurement (Scotland) Document [SPD] Instructions document."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"startDate": "2023-01-01T00:00:00Z",
"endDate": "2027-12-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "With an option to extend by up to thirty-six (36) months, subject to mutual agreement"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "35"
},
{
"type": "price",
"description": "65"
}
]
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Tenderers are directed to the Tender Documents which they must comply with."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2021-08-20T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE), YOU MUST: - Provide a copy of a current Pollution Prevention and Control (PPC) Permits and or Waste Management Licence (WML); FOR OPTION B OPTIONAL SERVICES ONLY, YOU MUST: - provide a copy of a current Waste Carrier's Registration (WCR); - provide a copy of a current Goods Vehicle Operator (GVO) Licence. IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH."
},
{
"type": "economic",
"minimum": "Tenderers must have as a minimum - FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE): - 10,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim; and - 15,000,000 GBP Public Liability Insurance for each and every claim; - PROVIDE THE ORGANISATIONS (\"GENERAL\") YEARLY TURNOVER FOR THE LAST THREE (3) FINANCIAL YEARS; THE AUTHORITY WILL USE AN INDEPENDENT CREDIT SCORING ORGANISATION, CREDITSAFE, TO CHECK THE FINANCIAL STATUS OF THE WINNING TENDERER. To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Authority shall take a view on the risk to the Authority should the winning tenderer credit rating fall below this and may involve further detailed financial checking/assessment. Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the tenderer shall be disqualified; FOR OPTION B OPTIONAL SERVICES ONLY: - Third Party Motor Vehicle Liability Insurance to a minimum indemnity limit of 15,000,000 GBP for each and every claim in respect of property damage, without limit to the number of claims, unlimited in respect of personal injury. IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH."
},
{
"type": "technical",
"minimum": "FOR OPTION A CORE SERVICES AND OR OPTION B OPTIONAL SERVICES (IF APPLICABLE): Tenderers must have relevant experience to deliver the Services as described and must provide the following: - PROVIDE A COPY OF THE ORGANISATIONS CURRENT HEALTH AND SAFETY POLICY - the tenderer must have under the organisations Health and Safety (H&S) procedures a regularly reviewed and documented policy for Health and Safety Management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of Health and Safety Management and compliance with legislation; - PROVIDE A COPY OF THE ORGANISATIONS CURRENT ENVIRONMENTAL MANAGEMENT POLICY - the tenderer must have under the organisations Environmental Management Systems or Standards a regularly reviewed documented policy regarding Environmental Management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). - PROVIDE A COPY OF THE ORGANISATIONS CURRENT QUALITY ASSURANCE SCHEME AND OR QUALITY MANAGEMENT POLICY - the tenderer must have a documented policy regarding Quality Management. The policy must set out responsibilities for Quality Management demonstrating that the organisation has, and continues to implement, a Quality Management Policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for Quality Management throughout the organisation. - PROVIDE TWO (2) RELEVANT EXAMPLES OF SERVICES CARRIED OUT IN THE PAST THREE (3) YEARS; - PROVIDE DETAILS OF CURRENT AVERAGE ANNUAL MANPOWER FOR THE LAST THREE (3) YEARS; - PROVIDE CURRENT DETAILS OF RELEVANT TOOLS, PLANT OR TECHNICAL EQUIPMENT AVAILABLE TO DELIVER THE REQUIREMENTS FOR THE SERVICES SPECIFIED; - PROVIDE DETAILS OF THE NAMES OF THE SUB-CONTRACTOR(S) YOU INTEND TO USE, the nature of the Services being sub-contracted and which part/s of the contract the sub-contractor(s) will deliver and approximate value. IN ADDITION, TENDERERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO OPTION A AND OR B (IF APPLICABLE), WHICH TENDERERS SHALL COMPLY WITH."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-04-28T00:00:00Z"
}
},
"classification": {
"id": "90510000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "AWARDED The buyer used PCS-Tender to conduct the tender exercise - the Project code was 19215. (SC Ref:685789)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000660298"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000660298"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "HC/C&P/WMS-RWTRD/2021-AWARDED",
"suppliers": [
{
"id": "org-277",
"name": "Viridor Dunbar Waste Services Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "HC/C&P/WMS-RWTRD/2021-AWARDED",
"awardID": "HC/C&P/WMS-RWTRD/2021-AWARDED",
"status": "active",
"value": {
"amount": 58000000,
"currency": "GBP"
},
"dateSigned": "2022-02-25T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-016293"
}
],
"bids": {
"statistics": [
{
"id": "760",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "761",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "762",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "763",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "764",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}