web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Paisley: Supply and Delivery of Waste Disposal Equipment

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-012232/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Scotland Excel
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1AR
Country: United Kingdom
Email: environment@scotland-excel.org.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of Waste Disposal Equipment

Reference number: 0923
II.1.2) Main CPV code: 44613000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This tender exercise is designed to establish a Framework for the Supply and Delivery of Waste Disposal Equipment. The objective of this framework is to provide Council’s with a mechanism to procure a wide range of waste disposal equipment, including, but not limited to, large containers, skips, compactors, balers, and roll packers. The end users of this framework are likely to be the Waste and/or Environment Departments within councils.
Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.
II.1.5) Estimated total value:
Value excluding VAT: 4000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Compactors

Lot No:2
II.2.2) Additional CPV code(s)
39713300, 43315000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Description of the procurement:
This Lot is related to the supply and delivery of Compactors.
Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: 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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.

II.2.1) Title: Balers

Lot No:3
II.2.2) Additional CPV code(s)
42914000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Description of the procurement:
This Lot is for the Supply and Delivery of Balers.
Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 200000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: 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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.

II.2.1) Title: Roll Packers

Lot No:4
II.2.2) Additional CPV code(s)
42914000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Description of the procurement:
This Lot is for the Supply and Delivery of Roll packers.
Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: 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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this
procurement and the other Procurement Documents for further information.

II.2.1) Title: Skips and Containers

Lot No:1
II.2.2) Additional CPV code(s)
44613700, 34928480, 44613800, 44614300, 44616200, 44614100

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland

II.2.4) Description of the procurement:
This lot will include the supply and delivery of skips and containers.
Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: 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.
Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement
Documents for further information.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: 1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 – Insurance Requirements
2. SPD (Scotland) Questions 4B.6 – Other Economic and Financial Requirements
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.
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:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY INSURANCE – no less than GBP 10 million in respect of each and every claim.
PUBLIC/PRODUCTS LIABILITY INSURANCE – Minimum of GBP 10 million, any one claim, and in the aggregate for products.
MOTOR VEHICLE INSURANCE – statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.
For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.
Minimum level(s) of standards possibly required: OTHER ECONOMIC AND FINANCIAL REQUIREMENTS
A search of the tenderer against Equifax’s ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.
Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. SPD (Scotland) Question 4C.10 – Subcontracting
2. SPD (Scotland) Question 4D.1 – Quality Assurance Schemes
3. SPD (Scotland) Question 4D.1 – Health and Safety Procedures
4. SPD (Scotland) Question 4D.2 – Environmental Management Standards
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability
selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required:SPD (SCOTLAND) QUESTION 4C.10 – SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off
under the proposed framework agreement.
If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you
must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification
Envelope, except Part 4 (Selection criteria).
SPD (SCOTLAND) QUESTION 4D.1 – QUALITY ASSURANCE SCHEMES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and 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.
SPD (SCOTLAND) QUESTION 4D.1 – HEALTH AND SAFETY PROCEDURES:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS
ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered
membership of the Safety Schemes in Procurement (SSIP) forum.
OR
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.
SPD (SCOTLAND) QUESTION 4D.2 – ENVIRONMENTAL MANAGEMENT STANDARDS:
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001
(or equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This
policy must include and describe the tenderer’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)
The tenderer must have the following:
The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and 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.

III.2.2) Contract performance conditions: Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of
a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the
legal form taken by those entities in order to enter into the contract).
For full details of the conditions relevant to the proposed framework agreement, and contracts to be called-off thereunder (to the extent
known or settled at this stage), please see the procurement documents (details of how to access these being set out in section “I.3)
Communication” of this Contract Notice).

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:12IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2023/S 000-026821
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-05-14 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:5(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-05-14 Local time: 12:00 Place:Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without
limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the
UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents
should therefore be interpreted and applied as currently in force.
Scotland Excel is a central purchasing body procuring this framework on behalf of the following contracting authorities (and successor
bodies):
– 32 local authorities in Scotland
– Scotland Excel associate members:
– Tayside Contracts
– NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978
– Scottish Prison Services (SPS) and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service
– Scottish Government
– Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education
sector in Scotland and their associated and affiliated bodies.
– Any integration authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014.
The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with
Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to this framework agreement set out in
section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the
envisaged maximum number to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member
Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement.
IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to
evidence conformance with the Tender Specification in all lots . Bids MAY be excluded from evaluation (in whole, or in part) if they do
not include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH
in particular circumstances detailed in the instructions. Further detailed information and instructions are contained within the tender
documents located within the Information and Instructions to Tenderers inc Evaluation Methodology document.
REBATE REQUIREMENTS
Bidders should note that retrospective rebates apply to this Framework. Further details are contained in the tender documents located within
the Special Conditions and the Information and Instructions to Tenderers inc Evaluation Methodology document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26383. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community
benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community
benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:763477)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Court of Session
Postal address: Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)
Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session

VI.5) Date of dispatch of this notice:2024-04-15