By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Food Waste Transportation.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Dumfries and Galloway Council
Procurement Team, Council Headquarters
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260607

Internet address(es):

General address of the contracting authority: http://www.dumgal.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

Further information can be obtained from: Dumfries and Galloway Council
Procurement Team, Council Headquarters
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address: http://www.dumgal.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dumfries and Galloway Council
Procurement Team, Council Headquarters
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address: http://www.dumgal.gov.uk

Tenders or requests to participate must be sent to: Dumfries and Galloway Council
Procurement Team, Council Headquarters
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address: http://www.dumgal.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Food Waste Transportation.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
Main site or location of works, place of delivery or of performance: Throughout Scotland.

NUTS code UKM32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
In order to comply with the European Waste Framework Directive and the Waste (Scotland) Regulations 2012, Dumfries and Galloway Council (DGC) is introducing kerbside food waste collections in a phased roll-out to all households in the region anticipated to start in January 2014.
Dumfries and Galloway is split into four operational areas, from west to east: Wigtown - incorporating Stranraer, Wigtown & Newton Stewart; Stewartry - incorporating Castle Douglas, Dalbeattie and Kirkcudbright; Nithsdale - incorporating Dumfries, Thornhill and Sanquhar and; Annandale & Eskdale - incorporating Annan, Lockerbie, Langholm and Moffat. It is anticipated that the roll-out will take up to two years to complete.
As a result, DGC is proposing to send the food waste collected to an anaerobic digestion (AD) facility for subsequent treatment. It is therefore necessary to make arrangements for the transportation of the food waste from the region and to fully consider these costs as part of the selection of the Council's preferred AD facility(s). The AD facility is yet to be selected and is limited to the Scotland Excel Treatment of Organic Waste Framework framework.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=275215

The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=275215.

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. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

90500000, 90512000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Transportation of food waste skips from up to five waste transfer stations across Dumfries and Galloway (D&G;) to one or more AD plants. Empty the food contents at the AD plant and return the empty skip to the waste transfer station. In year 2 of the contract (2015), food waste will continue to require collection from Stranraer via skips and from Dumfries in skips or can be loaded into a large container / vehicle of the contractor's choice where it is considered more cost effective. The contract will run for 2 years.
The Council intend to award this contract in two separate lots:
- Lot 1 Stranraer and Newton Stewart;
- Lot 2 Castle Douglas, Dumfries and Annan.
Tenderers can bid for either or both lots.
Estimated value excluding VAT: 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 6.1.2014. Completion 5.1.2016

Information about lots

Lot No: 1 Lot title: Stranraer and Newton Stewart
1)Short description
Transportation of food waste skips from two waste transfer stations across Dumfries and Galloway (D&G;) to one or more AD plants.
2)Common procurement vocabulary (CPV)

90500000, 90512000

3)Quantity or scope
Transportation of food waste skips from two waste transfer stations across Dumfries and Galloway (D&G;) to one or more AD plants. Empty the food contents at the AD plant and return the empty skip to the waste transfer station.
Lot 1 is estimated to require 2100 tonnes transported.
Estimated value excluding VAT: 67 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Castle Douglas, Dumfries and Annan
1)Short description
Transportation of food waste skips from three waste transfer stations across Dumfries and Galloway (D&G;) to one or more AD plants.
2)Common procurement vocabulary (CPV)

90500000, 90512000

3)Quantity or scope
Transportation of food waste skips from three waste transfer stations across Dumfries and Galloway (D&G;) to one or more AD plants. Empty the food contents at the AD plant and return the empty skip to the waste transfer station.
Lot 2 is estimated to require 4200 tonnes transported.
Estimated value excluding VAT: 133 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Delivery Payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(3) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(7) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Quality. Weighting 40

2. Price. Weighting 60

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DG/CB/247/13
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 23.9.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
7.10.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 7.10.2013 - 14:00

Place:

Council Headquarters, English Street, Dumfries.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Mid 2015.
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:275215).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sheriff Court
Buccleuch Street
Dumfries
UNITED KINGDOM

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.8.2013