Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of a Reverse Vending Machine and Associated Infrastructure

  • First published: 08 June 2022
  • Last modified: 08 June 2022
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-032908
Published by:
Zero Waste Scotland Ltd
Authority ID:
AA76525
Publication date:
08 June 2022
Deadline date:
11 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
98133100 Civic betterment and community facility support services Services furnished by social membership organisations
85322000 Community action programme Social services
90713000 Environmental issues consultancy services Environmental management
75200000 Provision of services to the community Administration, defence and social security services
42933000 Vending machines Centrifuges, calendering or vending machines

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@zerowastescotland.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.