Award

Residual Waste Treatment Perth & Kinross Council

PERTH & KINROSS COUNCIL

This public procurement record has 3 releases in its history.

Award

14 Jun 2023 at 00:00

TenderUpdate

02 Mar 2023 at 00:00

Tender

27 Jan 2023 at 00:00

Summary of the contracting process

The Perth & Kinross Council has awarded a contract for Residual Waste Treatment. The contract, with an active status, was signed on May 16, 2023, with a total value of £71,600,000. The procurement process was an 'Open procedure' in the 'services' category. The tender was intended for the treatment of residual municipal waste collected by the Council in the Perth & Kinross Council area. The contract was awarded to PAPREC ENERGIES BINN.

This tender for Residual Waste Treatment by the Perth & Kinross Council presents growth opportunities for businesses in the environmental protection sector. Companies specialising in waste treatment and processing, particularly those with experience in delivering thermal treatment solutions, would be well-suited to compete. The tender, with a substantial contract value and a long contract period of up to 15 years, offers a chance for businesses to engage in a significant public procurement project with strict selection and award criteria related to quality, price, and technical capabilities.

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

Residual Waste Treatment Perth & Kinross Council

Notice Description

This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at recycling centres.

Lot Information

Lot 1

This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at Recycling Centres.. The anticipated value includes the total value including extension options.

Renewal: The initial contract period is for 10years with the option to extend for a total period of up to 5 years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000719925
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481187
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

Notice Value(s)

Tender Value
£75,000,000 £10M-£100M
Lots Value
£75,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£71,600,000 £10M-£100M

Notice Dates

Publication Date
14 Jun 20232 years ago
Submission Deadline
6 Mar 2023Expired
Future Notice Date
Not specified
Award Date
16 May 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
14 years from contract start date.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Annie Nettleton
Contact Email
anettleton@pkc.gov.uk
Contact Phone
+44 1738475000

Buyer Location

Locality
PERTH
Postcode
PH1 5PH
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Perth and Kinross
Electoral Ward
Perth City Centre
Westminster Constituency
Perth and Kinross-shire

Supplier Information

Number of Suppliers
1
Supplier Name

PAPREC ENERGIES BINN

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000719925-2023-06-14T00:00:00Z",
    "date": "2023-06-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000719925",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-34",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Annie Nettleton",
                "email": "Anettleton@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-35",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "locality": "Perth",
                "postalCode": "PH2 8NL"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-30",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Annie Nettleton",
                "email": "Anettleton@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-171",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Annie Nettleton",
                "email": "Anettleton@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-172",
            "name": "PAPREC ENERGIES BINN",
            "identifier": {
                "legalName": "PAPREC ENERGIES BINN"
            },
            "address": {
                "streetAddress": "South Marsh Road, Stallingborough",
                "locality": "GRIMSBY",
                "region": "UK",
                "postalCode": "DN41 8BZ"
            },
            "contactPoint": {
                "telephone": "+33 646485001"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-173",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Perth & Kinross Council",
        "id": "org-171"
    },
    "tender": {
        "id": "PKC12153",
        "title": "Residual Waste Treatment Perth & Kinross Council",
        "description": "This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at recycling centres.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90500000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 75000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2023-03-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-03-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN469698",
                "documentType": "contractNotice",
                "title": "Residual Waste Treatment Perth & Kinross Council",
                "description": "This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at recycling centres.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN469698",
                "format": "text/html"
            },
            {
                "id": "JUN481187",
                "documentType": "awardNotice",
                "title": "Residual Waste Treatment Perth & Kinross Council",
                "description": "This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at recycling centres.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481187",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This tender is for the treatment of residual municipal waste collected by the Council via dedicated collection rounds and/or deposited at Recycling Centres.. The anticipated value includes the total value including extension options.",
                "status": "complete",
                "value": {
                    "amount": 75000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "35"
                        },
                        {
                            "type": "price",
                            "description": "65"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract period is for 10years with the option to extend for a total period of up to 5 years."
                }
            }
        ],
        "bidOpening": {
            "date": "2023-03-06T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Insurance It is a requirement if 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: Employers (Compulsory) Liability Insurance Public Liability Insurance Third party motor vehicle liability insurance Bidders will be required to have a yearly turnover of a minimum of 7.5m GBP in each of the last three years Bidders will be required to state the values for the following for the last three financial years: Current Ratio (Current Assets divided by Current Liabilities) Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) The Council will download a Dun & Bradstreet (D&B) Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the D&B assessment of business failure is regarded as 'High'. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as 'Moderate-High' to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.",
                    "minimum": "Insurance It is a requirement if 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: Employers (Compulsory) Liability Insurance = 10 Million GBP Public Liability Insurance = 5 Million GBP Third party motor vehicle liability insurance = 5 Million GBP Economic and Financial Standing Bidders will be required to have a yearly turnover of a minimum of 7.5million GBP in each of the last three years. Bidders will be required to state the values for the following for the last three financial years: Current Ratio (Current Assets divided by Current Liabilities) Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) The acceptable range is: Current Ratio - it is expected that the ratio is equal to or greater than 0.90, i.e. the value of Current Assets is almost equal to, or greater than, Current Liabilities in each of the three years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. Net Assets (Net Worth) - it is expected that the Net Worth for each of the three years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. The Council will download a Dun & Bradstreet (D&B) Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the D&B assessment of business failure is regarded as 'High'. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as 'Moderate-High' to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer."
                },
                {
                    "type": "technical",
                    "description": "Section C relates to Tenderers' technical and professional ability. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Section D relates to Tenderers' quality assurance schemes and environmental management standards. Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), Health and Safety Procedures 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 construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Environmental Management 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).",
                    "minimum": "Technical Experience Please provide 2 or more examples including experience with thermal treatment or waste treatment and processing in the last 3 years. OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. c. 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. d. 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. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. Health & Safety b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. h. Documented procedures for recording accidents/incidents and undertaking follow-up action. i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. Environmental Management b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. c. Documented arrangements for providing employees with training and information on environmental issues. d. Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation. e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation. f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "90500000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "14 years from contract start date."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-20",
                "description": "To allow suppliers sufficient time to respond.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-03-06T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-03-08T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-03-06T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-03-08T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-002605"
        }
    ],
    "description": "(SC Ref:734343)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000719925"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000719925"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000719925"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PKC12153",
            "suppliers": [
                {
                    "id": "org-172",
                    "name": "PAPREC ENERGIES BINN"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PKC12153",
            "awardID": "PKC12153",
            "status": "active",
            "value": {
                "amount": 71600000,
                "currency": "GBP"
            },
            "dateSigned": "2023-05-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "429",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "430",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "431",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "432",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "433",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}