Notice Information
Notice Title
Supply & Installation of 2 Electric Traversing Roll Packer Compaction Units for Recycling Centres
Notice Description
The Council has a requirement for the supply and installation of two (2) electric traversing roll packer compaction units to be installed in Household Recycling Centres, including a 3 year servicing plan, in accordance with the requirements detailed in the ITT document provided.
Lot Information
Lot 1
The Council has a requirement for the supply, installation, and servicing (on site) for two (2) electric traversing roll packer compaction units for use with sunken tracks and designed to compact waste and recyclables in open containers positioned in a row. The unit must be able to operate on a sunken track up to a length of 50 metres as a minimum, compacting a wide range of materials that are collected through Household Recycling Centres. These materials include garden waste, wood, light scrap metal, cardboard and general household waste. The units must also be able to compact in open demountable containers up to a capacity of 40 cubic yards and an approximate height of 2.8m as a minimum, with an average compaction ratio of 4:1. Full details of the requirement can be found in the attached Invitation to Tender document.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000667894
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437487
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
43 - Machinery for mining, quarrying, construction equipment
-
- CPV Codes
43315000 - Compacting machinery
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £176,594 £100K-£500K
Notice Dates
- Publication Date
- 12 Jan 20224 years ago
- Submission Deadline
- 22 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Jan 20224 years ago
- Contract Period
- Not specified - Not specified
- 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
- ABERDEENSHIRE COUNCIL
- Contact Name
- Katrina Clark
- Contact Email
- katrina.clark@aberdeenshire.gov.uk, shabir.aslam@aberdeenshire.gov.uk
- Contact Phone
- +44 1467530600
Buyer Location
- Locality
- ABERDEEN
- Postcode
- AB16 5GB
- Post Town
- Aberdeen
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM5 North Eastern Scotland
- Small Region (ITL 3)
- TLM50 Aberdeen City and Aberdeenshire
- Delivery Location
- TLM50 Aberdeen City and Aberdeenshire
-
- Local Authority
- Aberdeen City
- Electoral Ward
- Midstocket/Rosemount
- Westminster Constituency
- Aberdeen North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=1
22nd September 2021 - Invitation to Tender -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=2
22nd September 2021 - Appendix 1 - Statement of Requirements -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=3
22nd September 2021 - Appendix 2 - Pricing Schedule -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=4
22nd September 2021 - Appendix 3 - Declaration -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=5
22nd September 2021 - Appendix 4 - Terms & Conditions -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=6
22nd September 2021 - Appendix 5 - Award Questionnaire -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=7
22nd September 2021 - Single Procurement Document (SPD) - Rollpacker Procurement -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428353
Supply & Installation of 2 Electric Traversing Roll Packer Compaction Units for Recycling Centres - The Council has a requirement for the supply and installation of two (2) electric traversing roll packer compaction units to be installed in Household Recycling Centres, including a 3 year servicing plan, in accordance with the requirements detailed in the ITT document provided. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437487
Supply & Installation of 2 Electric Traversing Roll Packer Compaction Units for Recycling Centres - The Council has a requirement for the supply and installation of two (2) electric traversing roll packer compaction units to be installed in Household Recycling Centres, including a 3 year servicing plan, in accordance with the requirements detailed in the ITT document provided.
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-r6ebe6-0000667894-2022-01-12T00:00:00Z",
"date": "2022-01-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000667894",
"initiationType": "tender",
"parties": [
{
"id": "org-55",
"name": "Aberdeenshire Council",
"identifier": {
"legalName": "Aberdeenshire Council"
},
"address": {
"streetAddress": "Woodhill House, Westburn Road",
"locality": "Aberdeen",
"region": "UKM50",
"postalCode": "AB16 5GB"
},
"contactPoint": {
"name": "Katrina Clark",
"email": "katrina.clark@aberdeenshire.gov.uk",
"telephone": "+44 1467530600",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.aberdeenshire.gov.uk"
}
},
{
"id": "org-56",
"name": "Aberdeen Sheriff Court",
"identifier": {
"legalName": "Aberdeen Sheriff Court"
},
"address": {
"streetAddress": "Castle Street",
"locality": "Aberdeen",
"postalCode": "AB10 1WP"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-123",
"name": "Aberdeenshire Council",
"identifier": {
"legalName": "Aberdeenshire Council"
},
"address": {
"streetAddress": "Woodhill House, Westburn Road",
"locality": "Aberdeen",
"region": "UKM50",
"postalCode": "AB16 5GB"
},
"contactPoint": {
"email": "shabir.aslam@aberdeenshire.gov.uk",
"telephone": "+44 1467530600",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.aberdeenshire.gov.uk"
}
},
{
"id": "org-349",
"name": "Pakawaste.co.uk",
"identifier": {
"legalName": "Pakawaste.co.uk"
},
"address": {
"streetAddress": "Rough Hey Road, Preston",
"locality": "Preston",
"region": "UK",
"postalCode": "PR2 5AR"
},
"contactPoint": {
"telephone": "+44 1772796688"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-350",
"name": "Aberdeen Sheriff Court",
"identifier": {
"legalName": "Aberdeen Sheriff Court"
},
"address": {
"streetAddress": "Castle Street",
"locality": "Aberdeen",
"postalCode": "AB10 1WP"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Aberdeenshire Council",
"id": "org-123"
},
"tender": {
"id": "000-EVTM6998",
"title": "Supply & Installation of 2 Electric Traversing Roll Packer Compaction Units for Recycling Centres",
"description": "The Council has a requirement for the supply and installation of two (2) electric traversing roll packer compaction units to be installed in Household Recycling Centres, including a 3 year servicing plan, in accordance with the requirements detailed in the ITT document provided.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "43315000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Laurencekirk and Peterhead"
},
"deliveryAddresses": [
{
"region": "UKM50"
},
{
"region": "UKM50"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-10-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-10-22T12:00:00Z"
},
"documents": [
{
"id": "SEP428353",
"documentType": "contractNotice",
"title": "Supply & Installation of 2 Electric Traversing Roll Packer Compaction Units for Recycling Centres",
"description": "The Council has a requirement for the supply and installation of two (2) electric traversing roll packer compaction units to be installed in Household Recycling Centres, including a 3 year servicing plan, in accordance with the requirements detailed in the ITT document provided.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428353",
"format": "text/html"
},
{
"id": "SEP428353-1",
"title": "Invitation to Tender",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=1",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP428353-2",
"title": "Appendix 1 - Statement of Requirements",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=2",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP428353-3",
"title": "Appendix 2 - Pricing Schedule",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=3",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP428353-4",
"title": "Appendix 3 - Declaration",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=4",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP428353-5",
"title": "Appendix 4 - Terms & Conditions",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=5",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP428353-6",
"title": "Appendix 5 - Award Questionnaire",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=6",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP428353-7",
"title": "Single Procurement Document (SPD) - Rollpacker Procurement",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP428353&idx=7",
"datePublished": "2021-09-22T08:49:04Z",
"dateModified": "2021-09-22T08:49:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JAN437487",
"documentType": "awardNotice",
"title": "Supply & Installation of 2 Electric Traversing Roll Packer Compaction Units for Recycling Centres",
"description": "The Council has a requirement for the supply and installation of two (2) electric traversing roll packer compaction units to be installed in Household Recycling Centres, including a 3 year servicing plan, in accordance with the requirements detailed in the ITT document provided.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437487",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council has a requirement for the supply, installation, and servicing (on site) for two (2) electric traversing roll packer compaction units for use with sunken tracks and designed to compact waste and recyclables in open containers positioned in a row. The unit must be able to operate on a sunken track up to a length of 50 metres as a minimum, compacting a wide range of materials that are collected through Household Recycling Centres. These materials include garden waste, wood, light scrap metal, cardboard and general household waste. The units must also be able to compact in open demountable containers up to a capacity of 40 cubic yards and an approximate height of 2.8m as a minimum, with an average compaction ratio of 4:1. Full details of the requirement can be found in the attached Invitation to Tender document.. 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",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2021-10-22T12:00:00Z",
"address": {
"streetAddress": "Electronic Postbox"
},
"description": "Electronic Postbox"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Tenderers must be able to provide an Account Representative, who will be the primary point of contact between the Tenderer & the Council. The Council will review the performance of the Services from time to time to ensure that they continue to meet the requirements of the Council. The quality of the Services shall be measured by the extent to which they accord with the standards & timescales included within the Specification & the Response & to accepted professional standards. Key performance criteria include Cost - ability to conform to the agreed pricing terms and invoice accuracy; Quality - ability to provide equipment as per the requirement; Service - ability to comply with the agreed timeframe to build, supply and install the equipment as per the agreed implementation/delivery plan, along with effective and responsive account management including the provision of accurate and on time management information/reporting."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidder is required to provide a certificate from the registrar of companies stating that they are certified as incorporated or registered or, where they are not so certified, a certificate stating that the person concerned has declared on oath that they are engaged in the profession in a specific place under a given business name."
},
{
"type": "economic",
"description": "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 types and levels of insurance indicated below. The Council will use an independent credit scoring organisation, namely Creditsafe, to conduct appropriate financial probity checks. To minimise risk of failure, the desired risk score should not be below 30 (moderate risk). The Council will take a view on the risk to the Council should the winning bidder credit rating fall below this and may involve further detailed financial checking/assessment. This may result in your tender being rejected.",
"minimum": "Employers (Compulsory) Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements. Public Liability Insurance minimum of GBP5m in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements. Credit check - To minimise risk of failure, the desired risk score should not be below 30 (moderate risk)."
},
{
"type": "technical",
"description": "Bidders will be required to be provide 3 examples that demonstrate that they have relevant experience to deliver the service as described in part II.2.4 of the Contract Notice and Appendix 1 of the ITT. Bidders will be required to demonstrate that they have (or have access to) the relevant plant or technical equipment to deliver the requirements detailed in II.2.4 of the Contract Notice and Appendix 1 of the ITT. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The bidder must have the following: A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles and training records. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Health and Safety Procedures The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) 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. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (\"method statements\") and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent. The bidder must have the following: Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "43315000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Questions of any nature in relation to this tender exercise and associated documents must be raised using the Question & Answer facility provided only. Direct communication from an economic operator with any member of staff at Aberdeenshire Council in relation to this tender exercise is prohibited and may result in that economic operator's exclusion from any further part in the process. Furthermore, any potential errors or omissions within the tender documentation issued by Aberdeenshire Council that is identified by economic operators must be raised with Aberdeenshire Council using the Question & Answer facility as soon as it has been identified. If an economic operator submits their tender response having applied their own assumed correction to any document, it may result in the rejection of their tender. (SC Ref:679296)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000667894"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000667894"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "000-EVTM6998",
"suppliers": [
{
"id": "org-349",
"name": "Pakawaste.co.uk"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "000-EVTM6998",
"awardID": "000-EVTM6998",
"status": "active",
"value": {
"amount": 176594,
"currency": "GBP"
},
"dateSigned": "2022-01-04T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1006",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "1007",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1008",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1009",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "1010",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}