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: jennifer.mccartney@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Options Appraisal Re-Tender
Reference number: O3T1-P2-23.01
II.1.2) Main CPV code
90700000
II.1.3) Type of contract
Services
II.1.4) Short description
Zero Waste Scotland provide funding and technical support to Local Authorities to support their alignment with Government policies and strategies. This includes aligning with the Household Recycling Charter and associated Code of Practice. The Scottish Government has also launched a Recycling Improvement Fund and this framework may seek to demonstrate impact of potential bids before funding is approved.
Options Appraisal support to model potential changes in Local Authority waste and recycling provision. The Options Appraisal will seek to maximise operational efficiency and where possible reduce the cost of the service or align with policy requirements.
There is a significant shift in the policy landscape that will impact upon Local Authority collections including Deposit Return Scheme and Extended Producer Responsibility.
There is also a commitment to review the Code of Practice that sits alongside the Charter for Household Recycling to take account of upcoming policy changes.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90700000
73000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Framework covers a range of potential support requirements, which the Contractor may be required to deliver for a Local Authority (the Client organisation) in full or in part as relevant to the Call Off request, and which may involve the following support service requirements:
-Baseline assessments of the current service provision
-Options appraisals based on baseline assessments
-Full Options Appraisals
-Critical review of Options Appraisals.
II.2.5) Award criteria
Criteria below:
Quality criterion: Provision of specialist support
/ Weighting: 40
Quality criterion: Framework management and co-ordination
/ Weighting: 25
Quality criterion: Knowledge of subject matter
/ Weighting: 15
Quality criterion: Quality expectations
/ Weighting: 15
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
10
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
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:
2 (12) month extension options are available.
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
This is a re-tender of a contract put in place early 2022. Due to increased support required through the contract it means we are approaching the maximum contract value sooner than expected therefore, we are required to go out to the market again due to procurement regulations.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 a single operator.
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:
28/04/2023
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:
28/04/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Project title: Options Appraisal Re-tender
ITT Number: 49231
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23846. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:727448)
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
28/03/2023