Supplementary Skip Hire, Skip Transfer and Recycling Service

A Tender Notice
by FALKIRK COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
2 year
Value
£4M
Sector
ENVIRONMENT
Published
14 Jul 2023
Delivery
01 Dec 2023 to 30 Nov 2025
Deadline
14 Aug 2023 10:00

Concepts

Location

Falkirk Council Areas of operations

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced Contractors for the provision of a Supplementary Skip Hire, Skip Transfer & Recycling Service within the Falkirk Council’s area of Operations. The framework consist of 3 Lots, to which up to a maximum of 5 Contractors may be appointed per lot. - Lot 1: Skip Hire, approximate framework term Lot Value 1 600 000 GBP (40%) - Lot 2: Skip Transfer, approximate framework term Lot Value 1 760 000 GBP (44%) - Lot 3: Delivered Van Loads, approximate framework term Lot Value 640 000 GBP (16%)

Lot Division

1 Skip Hire
  • Value: £2M

Delivery and uplift of segregated and unsegregated skips; uplift of bulky items, segregation of waste where required and recycle/dispose of material accordingly. Key aims of the service are to maximise recycling rates, to ensure accurate waste data is collected, and to provide a competitive, reliable, and customer-focused service. 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

2 Skip Transfer
  • Value: £2M

Provision of a Supplementary Skip Transfer Service from the Authorities Waste Recycling facilities to various Contracted Waste Recycling Centres throughout Scotland. 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

3 Delivered Van Loads
  • Value: £640K

Delivery of Van Loads of Waste to Contractor premises by the Authority, the Contractor will weigh the vehicle prior to, and following the unloading of waste, to confirm the waste tonnage. The Contractor will remove the waste from the vehicle, segregating and recycling materials accordingly. 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

Renewal Options

On conclusion of the initial 2 years framework agreement, an additional 2 x 12-month extension periods up to 30th November 2027 without the need to call for further competition may be available. Any extension being in the best interest of the Authority and shall take into consideration factors such as innovation and improvements to our service requirements.

Award Criteria

Qualitative 30
price 70

CPV Codes

  • 90514000 - Refuse recycling services
  • 44613700 - Refuse skips
  • 34142200 - Skip loaders
  • 42416200 - Skip hoists

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 1. Bidders will be required to provide 2 examples from the past 3 years 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. 2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 3. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within Section D, Document 4 "TCC 017 23 SPD (Scotland) Standardised Statements". 4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within Section D, Document 4 "TCC 017 23 SPD(Scotland) Standardised Statements". 5. The Bidder 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 provide additional supportive information as detailed within Section D, Document 4 "TCC 017 23 SPD (Scotland) Standardised Statements". NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=736952. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. 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-pr... A summary of the expected community benefits has been provided as follows: (A) (i) Contractor Ranked No.1 on the Framework for Lot 1 Contractor Ranked No. 1 within Lot 1 following evaluation will be required to provide One Modern Apprenticeship (MA), or equivalent, within four months from award of the contract who is obtained from a source agreed by the Council. The MA placement can be across a range of disciplines to be determined by the successful Contractor. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start. (ii) Contractor Ranked No.1 on the Framework for Lot 2 Contractor Ranked No. 1 within Lot 2 following evaluation, and whose cumulative level of spend is greater than 600k GBP during the term of the agreement will be required to provide One Modern Apprenticeship (MA), or equivalent, who is obtained from a source agreed by the Council. The MA placement can be across a range of disciplines to be determined by the successful Contractor. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start. (b) All other Contractors on the Framework whose cumulative level of spend is greater than 200k GBP during the term of the agreement will be required to provide at least twelve (No. 12) weeks of paid work experience. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start. (SC Ref:736952) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=736952

Reference

Domains