{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0354c0-2022-07-22T11:45:17+01:00",
    "date": "2022-07-22T11:45:17+01:00",
    "ocid": "ocds-h6vhtk-0354c0",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21747. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: as per tender documentation Community Benefits 40 points Use of Local SME's Awarding sub-contracts for supplies, services or works to local (west of Scotland) based small to medium size businesses. 20 points per offering Targeted Recruitment and Training Offering individuals training, apprenticeships, jobs and work experience as part of a contract 20 points per offering totalling 40 points specifically to the above Community Benefits over the life of the contract (SC Ref:699089)",
    "initiationType": "tender",
    "tender": {
        "id": "22-082",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Waste Management Services for SPT",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90511000",
            "description": "Refuse collection services"
        },
        "mainProcurementCategory": "services",
        "description": "SPT's waste management contract will be for the provision of services for all waste streams throughout the SPT estate. SPT anticipates appointing a single supplier for all waste streams. Submissions for part waste streams will not be accepted. The service requirements are described in the following sections. All requirements include the provision of appropriate equipment, containers and labour to enable the specified services to be provided except where existing or new equipment owned or purchased by SPT is made available. It is anticipated that the appointed supplier will provide an innovative approach to waste management utilising new technologies, equipment and processes. The description for each waste stream will include. 1.3.2 Waste stream (WS) details are as follows: (Scheduled) WS1: General Waste, including Foods- (Scheduled) WS2 - Dry Mixed Recycling including paper, cardboard and glass On Demand (48 hours SLA) WS3: Fluorescent Lamps and White Goods (WEEE items) WS4: COSHH waste WS5: Wood WS6: Rubble WS7: Green Waste (seasonal)",
        "lots": [
            {
                "id": "1",
                "description": "Single stage Open Tender via https://www.publictendersscotland.publiccontractsscotland.gov.uk/ Additional information: Optional site visit within tender documentation",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Duration of Contract 10 years (break clause at year 5)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "may add additional waste streams or more uplifts as contract progressed"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "SPT entire estate as per tender documentation"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "registered as a waste carrier or broker as required under The Control of Pollution (Amendment) Act 1989 and The Controlled Waste (Registration of Carriers and Seizure Vehicles) Regulations 1991. The Special Waste (Scotland) Regulations 1997 (as amended), The Water Environment (Oil Storage) (Scotland) Regulations 2006 (as amended), Waste Management Licensing Regulations 1994 (as amended) and all relevant regulations relating to the disposal of this waste must be followed.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "minimum": "as per T&C's of insurance With regards SPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the value of their D&B Failure Score. In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder's financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts. 1 Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; 2 Liquidity - this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio; 3 Gearing - this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed below) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria."
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "48 SLA for on demand uplifts",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-08-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-08-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-08-26T12:00:00+01:00",
            "address": {
                "streetAddress": "GLASGOW"
            },
            "description": "Procurement Professional"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "10 years (break clause at year 5) . if contract is not extended it will be readvertised in 2026"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-13755",
            "name": "Strathclyde Partnership for Transport",
            "identifier": {
                "legalName": "Strathclyde Partnership for Transport"
            },
            "address": {
                "streetAddress": "131 St Vincent Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 5JF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1413333738",
                "email": "procurement@spt.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spt.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-52898",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-59539",
            "name": "Glasgow Sherriff and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sherriff and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-13755",
        "name": "Strathclyde Partnership for Transport"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000699089"
        }
    ],
    "language": "en"
}