Contract notice
Services
Section I: Contracting authority
Internet address(es):
Main address: http://www.aberdeenshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
Section II: Object
Removal and Disposal of Landfill Leachate and Interceptor Waste
The Council has a requirement for the removal and disposal of landfill leachate (storage tanks) and sludge/slurry (leachate ponds) from 3 landfill sites and also the removal and disposal of interceptor waste from 33 Council depots /facilities. The number and location of facilities may be subject to change over the term of the contract. Full details of the requirement can be found in the attached Invitation to Tender.
Removal and Disposal of Landfill Leachate and Sludge /Slurry from Aberdeenshire Council Landfill Sites
— Brandon Howe Landfill Site,
— Banff,
— Kirkhill Landfill Site,
— Mintlaw,
— Crow's Nest Landfill Site,
— Banchory.
To remove and dispose of landfill leachate and sludge/slurry from storage tanks and leachate ponds. Full details of the requirement can be found in the attached Invitation to Tender.
Option to extend up to a further 12 months at the end of the 2 year contract term.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regs 2016. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties and to list any subcontractors that they propose to use.
Removal and Disposal of Interceptor Waste
Aberdeenshire
To remove and dispose of interceptor waste from Council Facilities throughout Aberdeenshire. Full details of the requirement can be found in the attached Invitation to Tender.
Option to extend up to 12 months at end of 2 year contract term.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regs 2016. Bidders will be required to advise if they intend to subcontract any share of the contract to third parties and to list any subcontractors that they propose to use.
Section III: Legal, economic, financial and technical information
Bidder is required to provide a certificate from the registrar of companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name (Question 4A.1 ESPD).
It is a requirement of this contract that bidders hold, or can hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— Employers (Compulsory) Liability Insurance minimum of 5 000 000 GBP.
— Public Liability Insurance minimum of 5 000 000 GBP.
— Third Party Motor Vehicle Liability Insurance minimum of 5 000 000 GBP.
(Question 4B.5.1 ESPD).
The Authority will use the independent credit scoring organisation, Creditsafe, to check the financial status of the Bidders. To minimise risk of failure, the desired risk score should be ‘Below Average Risk’ as a minimum. The Council will take a view on the risk to the project should your credit rating fall below this and may involve further detailed financial checking/assessment.
(Question 4B.6 ESPD)
Insurance:
— Employers (Compulsory) Liability Insurance minimum of 5 000 000 GBP.
— Public Liability Insurance minimum of 5 000 000 GBP.
— Third Party Motor Vehicle Liability Insurance minimum of 5 000 000 GBP.
— Financial Check — To minimise risk of failure, the desired risk score should be ‘Below Average Risk’ as a minimum.
Bidders will be required to be provide 3 examples that demonstrate that they have relevant experience to deliver the service as described in part II.2.4 of the Contract Notice and Appendix 1 of the ITT (Question 4C.1.2 ESPD).
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
— Compliance with all current and foreseeable waste legislation where the Waste Hierarchy is not undermined, including the Waste (Scotland) Regulations 2012,
— Compliance with the requirements of the appropriate Environment Agency and Planning Authority and in accordance with Waste Management Licences, Pollution Prevention and Control (PPC) permits, Planning Conditions, and all other statutory obligations and legal permits, permission and consents which apply for such provision (Question 4C.7 ESPD).
Bidders will be required to demonstrate that they have (or have access to) the relevant plant or technical equipment to deliver the requirements detailed in II.2.4 of the OJEU Contract Notice and Appendix 1 of the ITT (Question 4C.9 ESPD).
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (Question 4C.10 ESPD).
The bidder must have the following:
Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records; and a documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.
The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation (Question 4D.1 ESPD).
The bidder must have the following:
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control) (Question 4D.2 ESPD).
Bidders must be able to provide an Account Representative, who will be the primary point of contact between the Bidder and the Council. Contract management and performance review provisions are further detailed below:
The Council will review the performance of the Services from time to time to ensure that they continue to meet the requirements of the Council. The quality of the Services shall be measured by the extent to which they accord with the standards and timescales included within the Specification and the Response and to accepted professional standards.
Routine Contract Performance meetings will take place between the Supplier and the Council every 3 months. The Account Representative will be required to attend these. The frequency of these meetings may be adjusted if required. Ad-hoc meetings may be convened by the council where considered necessary to ensure that the Service is performed in accordance with the statement of requirements and regulatory requirements.
Section IV: Procedure
Postbox to be opened electronically
2 officers required to unlock the electronic postbox
Section VI: Complementary information
Questions of any nature in relation to this tender exercise and associated documents must be raised using the Question and Answer facility provided only. Direct communication from an economic operator with any member of staff at Aberdeenshire Council in relation to this tender exercise is prohibited and may result in that economic operator’s exclusion from any further part in the process. Furthermore, any potential errors or omissions within the tender documentation issued by Aberdeenshire Council that is identified by economic operators must be raised with Aberdeenshire Council using the Question and Answer facility as soon as it has been identified. If an economic operator submits their tender response having applied their own assumed correction to any document, it may result in the rejection of their tender.
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
It is the Bidders’ responsibility to ensure their submission is fully uploaded to the Public Contracts Scotland web portal before the deadline. Partially submitted Responses will not be considered. Only in the event of a verified fault with the portal will late submissions be considered. As the time required to upload submissions varies due to files size etc., please allow sufficient time for this task.
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=556572
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:556572)
Internet address: http://www.aberdeenshire.gov.uk