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

Secondary Screening Plant Equipment for Zero Waste Site, Dumfries.

Contract notice

Supplies

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 1387260607
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 1387260607
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 1387260607
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:
Secondary Screening Plant Equipment for Zero Waste Site, Dumfries.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Lochar Moss Zero Waste site, Dumfries.

NUTS code UKM32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Scottish Governments Zero Waste Plan establishes an ambitious policy framework of the management of waste in Scotland.
The mission is to achieve a Zero Waste Scotland, where we make the most efficient use of resources by minimising Scotland's demand on primary resources, and maximising the reuse, recycling and recovery of resources instead of treating them as waste.
Dumfries and Galloway Council is progressing significant investment through two Zero Waste Parks in Dumfries and Stranraer. As part of these developments the Council wish to procure waste screening and separation equipment and technology to process material bypassed or rejected within our Council's Ecodeco facility.
The Council's Ecodeco facility is based at Lochar Moss, Lockerbie Road, Dumfries

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=275003.

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=275003.

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)

71323200, 42914000

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: no
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:
Dumfries and Galloway Council is progressing significant investment through two Zero Waste Parks in Dumfries and Stranraer. As part of these developments the Council wish to procure waste screening and separation equipment and technology to process material bypassed or rejected within our Council's Ecodeco facility.
This fraction from Ecodeco contains waste which is relatively heavy (not extracted through air classification within Ecodeco) and has a greater particle size than 20mm allowing some manual separation. The material has been biological treated for two weeks with some mechanical separated. The material has a particle size of greater than 20mm. The facility will be required to process 15,000 tonnes / year working for a maximum of 5 hours / day / 5 days / week 48 weeks / year.
The screening facility is likely to require conventional recycling equipment which is utilised in a range of applications both for this type of waste stream and construction / demolition waste however the Council is seeking additional through the use of novel technology to increase automation.
As a minimum the facility will enable the extraction of plastics, inert materials and metals for recycling. The facility should also enable the recovery of wood / mdf and the extraction of material with a particle size less than 20mm.
The Council will provide a building to house the equipment and all supplies and services required. The buildings external dimensions are 50.7m length, 50m wide and 11.5m high.
Prior to the submission of the ITN bid selected providers will be required to undertake field trials processing the material through there preferred configuration of equipment and technology to provide an agreed output specification. The Council's preference is for high levels of recycling and creating secondary materials for recovery of high value with no materials landfilled.
Estimated value excluding VAT: 1 500 000 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 1.4.2014. Completion 1.1.2015

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.
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 evidence of relevant professional risk indemnity insurance.
(2) 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.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Candidates may be required to provide a bank reference if their accounts are deemed to be a medium to high risk.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) 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;
(2) 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
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(5) 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.
Candidates will be asked to provide details of their conformity with EMAS or ISO 14001. However, it is not essential that you have this.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: A minimum of 5 tenderers will be invited to participate in the Invitation to Tender process assuming they meet the criteria at PQQ stage. A maximum of 7 tenderers will be invited.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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/262/13
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
30.9.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.10.2013
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:275003)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sheriff Court
Buccleuch Street
DG1 2AN 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:
15.8.2013