Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Zero Waste Scotland Ltd
Ground Floor, Moray House, Forthside Way
Stirling
FK8 1QZ
UK
Telephone: +44 1786433930
E-mail: procurement@zerowastescotland.org.uk
NUTS: UKM
Internet address(es)
Main address: http://www.zerowastescotland.org.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802
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.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Reverse Vending Machine and Associated Infrastructure
Reference number: O3T1-P5-22.01
II.1.2) Main CPV code
42933000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Open Tender following a preliminary market consultation for the provision of a Reverse Vending Machine and associated infrastructure to support delivery of a community return scheme on Orkney.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90713000
75200000
98133100
85322000
II.2.3) Place of performance
NUTS code:
UKM65
II.2.4) Description of the procurement
This is a Single Stage ("Open") tender conducted using the Public Contracts Scotland (PCS) portal and the Find a Tender Service (FTS) for above threshold contracts, in accordance with the Public Contracts (Scotland) Regulations 2015.
Zero Waste Scotland Limited invites tenders from capable and experienced suppliers for the provision of a Reverse Vending Machine (RVM), including the associated infrastructure, to be tested and fully operational for the launch of the Orkney Container Return Initiative (OCRI) in November 2022.
The supplier will thereafter be required to provide local support services to ensure the RVM is well maintained and safe to use at all times before decommissioning and removing all equipment and infrastructure at the conclusion of the initiative.
Further details of the specification of requirements, the award criteria, and the evaluation and award processes are provided in the Additional Documents to this Contract Notice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Criteria
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
15/08/2022
End:
16/09/2023
This contract is subject to renewal: Yes
Description of renewals:
The Client may choose to extend this Contract for the continued provision of the requirements and to help facilitate the decommissioning of the initiative and / or the transfer to Scotland’s Deposit Return Scheme. A further three (3) monthly extension options are provided in this Contract for that purpose, to the maximum of 16 December 2023.
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.
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:
III.1.1 of the Contract Notice is not applicable to this procurement procedure.
Section A of Part IV of the Single Procurement Document (SPD) (Scotland) is not being used for this contract opportunity.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The relevant selection criteria for Section B of Part IV of the SPD (Scotland) are included in the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure.
Minimum level(s) of standards required:
It is a requirement of this contract that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000.00 GBP
Public Liability Insurance = 5 000 000.00 GBP
Professional Indemnity Insurance = as noted in the procurement documents
http://www.hse.gov.uk/pubns/hse40.pdf
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The relevant selection criteria for Sections C and D of Part IV of the SPD (Scotland) are included in the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure.
Minimum level(s) of standards required:
Suppliers should refer to the Invitation to Tender document and the SPD (Scotland) module provided for this procurement procedure for confirmation of the questions on technical and professional ability and how the information provided in response will be evaluated.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-008813
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/07/2022
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 tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/07/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please read the additional documents provided with this Contract Notice carefully. These include details and information on:
– the background to this procurement,
– the goods and services required,
– requirements and expectations for quality and contract management,
– selection and award criteria (including the relevant evaluation methodologies),
– the Terms and Conditions of the anticipated Contract, and
– how to participate in this procurement procedure
Any questions or clarifications on the content of these additional documents and / or this Contract Notice should be raised using the Ask a Question facility provided with the Contract Notice on the Public Contracts Scotland web portal only and must be received before the stated deadline for questions. This includes any request to modify or vary the terms and conditions of contract.
You should use the templates provided for preparing your technical and commercial responses, for providing information on your business and any commercially confidential elements of your tender submission, and for the relevant declarations.
You may provide responses for either of the preferred solution types identified in the Section 2 - Specification document. However, these must be uploaded as separate parts to your tender submission and clearly labelled to identify which solution type the response relates to, for evaluation purposes. We reserve the right to reject any tender submission that includes responses to both solution types.
Zero Waste Scotland is generally unable and unwilling to respond to questions or requests for clarification received by any other means, including after the deadline for clarifications has passed, and will not enter into negotiation on any terms or conditions of contract after that time.
Zero Waste Scotland received three (3) questionnaire responses as the result of the pre-market consultation exercise - from RVM Supply Limited (Infrastructure Supply) and Employability Orkney (Infrastructure Supply and Community Benefits). The information provided in those questionnaire responses has been used to inform but has not influenced the development of the procurement documents in favour of any potential supplier and / or community interest group.
Zero Waste Scotland intends to award a contract as a result of this tendering procedure but is not obliged to accept any tender submission.
An anticipated timetable for this procurement procedure is provided in the Invitation to Tender document.
Please do not contact Zero Waste Scotland following the deadline for tender submissions to enquire if or when a decision will be made as we are generally unable and unwilling to respond.
Your tender submission may be ruled non-compliant where you fail to follow the instructions and / or use the template documents provided in the procurement documents, unless alternative instructions and / or approaches to preparing a tender response have been agreed and communicated as appropriate through this Contract Notice.
Direct approaches to Zero Waste Scotland or any of its management or staff regarding this procurement procedure may be considered an attempt to influence the outcome of the procurement procedure and may lead to your tender submission being disqualified.
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=693113.
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.
(SC Ref:693113)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=693113
VI.4) Procedures for review
VI.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Stirling
UK
VI.5) Date of dispatch of this notice
07/06/2022