Contract notice
Section I: Contracting
authority
I.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
UK
Contact person: Stephanie Kay Hammel
Telephone: +44 1314428930
E-mail: shammel@apuc-scot.ac.uk
NUTS: UKM
Internet address(es)
Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictenderscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictenderscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other: Education
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Waste Management Services (APUC)
Reference number: EFM1055 AP
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking Contractor(s) for Waste Management Services for all HE/FE institutions in Scotland. EFM1055 AP Waste Management Services is a tailored Framework Agreement for all institutions in Scotland to provide essential Waste Management Services.
The Framework Agreement will provide essential waste management services which are compliant with current and future legislation.
The Framework Agreement is split in to five defined waste stream schedules for general waste & materials through to specialised waste and materials across up to five geographical regions.
II.1.5) Estimated total value
Value excluding VAT:
17 060 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
A1 - General Waste, Recyclates & Recoverables - Edinburgh, Lothians, Borders & Stirlingshire
II.2.2) Additional CPV code(s)
90514000
90513000
90511000
II.2.3) Place of performance
NUTS code:
UKM75
UKM73
UKM78
UKM77
UKM91
UKM76
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Edinburgh, Lothians, Borders and Stirlingshire as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 2
II.2.1) Title
A2 - General Waste, Recyclates & Recoverables - Central, West & South of Scotland
II.2.2) Additional CPV code(s)
90513000
90514000
90511000
II.2.3) Place of performance
NUTS code:
UKM8
UKM9
UKM82
UKM83
UKM84
UKM93
UKM94
UKM95
UKM63
UKM81
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Central, West and South of Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 3
II.2.1) Title
A3 - General Waste, Recyclates & Recoverables - Perth, Fife, Dundee & Angus
II.2.2) Additional CPV code(s)
90513000
90514000
90511000
II.2.3) Place of performance
NUTS code:
UKM77
UKM72
UKM71
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Perth, Fife, Dundee & Angus as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 4
II.2.1) Title
A4 - General Waste, Recyclates & Recoverables - Grampians: Aberdeenshire
II.2.2) Additional CPV code(s)
90513000
90511000
90514000
II.2.3) Place of performance
NUTS code:
UKM5
UKM50
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across Grampians & Aberdeenshire as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 5
II.2.1) Title
A5 - General Waste, Recyclates & Recoverables - North of Scotland: Highlands & Islands
II.2.2) Additional CPV code(s)
90513000
90514000
90511000
II.2.3) Place of performance
NUTS code:
UKM6
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for general waste, recyclates & recoverables as detailed in the Invitation to Tender documents and appendices across North of Scotland, Highlands and Islands as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, avoiding disposal to landfill and moving their waste streams up the waste hierarchy increasing re-use, recycling and recovery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 6
II.2.1) Title
B - WEEE & Associated Materials
II.2.2) Additional CPV code(s)
90520000
90514000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for WEEE & Associated Materials as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland, while encouraging re-use, recycling and recovery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 7
II.2.1) Title
C - Chemical Substances & Materials
II.2.2) Additional CPV code(s)
90523000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for Chemical Substances & Materials as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 8
II.2.1) Title
D - Clinical & Biological Materials
II.2.2) Additional CPV code(s)
90524100
90524200
90524000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for Clinical & Biological Materials as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Lot No: 9
II.2.1) Title
E - Confidential Waste
II.2.2) Additional CPV code(s)
90510000
90511000
90511400
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The scope of this agreement is to provide Waste Management Services for Confidential Waste as detailed in the Invitation to Tender documents and appendices across Scotland as detailed in Appendix E – List of Institutions. The purpose of this lot is to assist the Scottish HE & FE sectors to reduce their overall waste volumes and to support initiatives led by Zero Waste Scotland.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend this Framework Agreement for a further 24 months, subject to satisfactory performance and continued Institution requirements.
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:
Yes
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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Applicable
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
With reference to question 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following
supporting evidence prior to award:
ALL LOTS: Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
ALL LOTS: Product Liability Insurance = 5 000 000 GBP
ALL LOTS: Public Liability Insurance = 5 000 000 GBP
LOT C ONLY: Professional Indemnity Insurance = 1 000 000 GBP (for Schedule C - Chemical
Substances and Materials Only)
With reference to question 4B.6 of the SPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent if awarded the Framework Agreement to demonstrate financial stabilities.
Alternatively, if the Contractor is unable to provide the required accounting information, eg. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.
Please refer to 4B.6 of the SPD
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide
evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Submission of Management Information:
Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 23
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/08/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
48
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
Tenderers must be able to price and supply a minimum of:
62.5% of the institutions listed in Appendix E for Lot A5 and 100% of the institutions listed in Appendix E for Lot(s) A1 - A4.
Tenderer must also be able to provide services to 87.5% of the institutions listed in Appendix E for Lot(s) B-E.
*The percentage requirement of institutions is in relation to APUC full member institutions of which there are 35.
Tenderers must sign Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the Technical Questionnaire. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
The Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.
Tenderers must complete and return Appendix E - List of Institutions to confirm their ability to service the required coverage levels.
Please complete "Appendix G - Waste Stream Process Flowchart" it is for information only and will not be scored but it is a requirement of this tender.
Please complete “Appendix I – Declaration of Non-Involvement in Serious Organised Crime” in the Technical Questionnaire. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.
Please complete “Appendix J – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation” in the Technical Questionnaire. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.
Please complete “Appendix K – SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1” in the Technical Questionnaire. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms. Tenderers must complete the GDPR Contractor Assessment Form prior to contract award.
Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope in PSC-T. It is for information only and will not be scored.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26848. 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:
A summary of the expected community benefits has been provided as follows:
The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term
of the Framework Agreement. Examples of Community Benefits or social value are: providing training opportunities to staff and students
and investment in the local community.
(SC Ref:767825)
VI.4) Procedures for review
VI.4.1) Review body
APUC
Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ
Stirling
FK8 2DZ
UK
Telephone: +44 1314428940
E-mail: shammel@apuc-scot.ac.uk
Internet address(es)
URL: http://www.apuc-scot.ac.uk
VI.5) Date of dispatch of this notice
02/07/2024