Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


Secure Collection, Destruction & Recycling of Confidential Waste (Великобритания (Англия, Шотландия, Уэльс) - Тендер #46188682)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс))
Организатор тендера: The City of Edinburgh Council
Номер конкурса: 46188682
Дата публикации: 15-09-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Title: Secure Collection, Destruction & Recycling of Confidential Waste
OCID: ocds-h6vhtk-03fcbd
Published by: The City of Edinburgh Council
Authority ID: AA76329
Publication Date: 15/09/2023
Deadline Date: 18/10/2023
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

Via an "Open Tender" procurement procedure, the Council wish to procure a single Contractor Framework Agreement for the secure collection, destruction and recycling of its paper-based confidential waste. In compliance with all relevant legislation and guidance, including BS EN 15713 (secure destruction of confidential material), the UK Data Protection Act 2018 and General Data Protection Regulation and Scottish Environment Protection Agency (SEPA) regulations, the appointed Contractor will be required to:

- supply 75L confidential waste sacks

- provide secure collection & transportation of the confidential waste (on a scheduled and/or ad-hoc)

- provide secure off-site cross-cut shredding of the confidential waste to a width no greater than DIN 66399 P-3 (Particle size: < 320 mm²/Particle width: < 2 mm)

- employ a tracking system with provides an individual and unique barcode/tagging ID for each individual sack

- provide secure and sustainable recycling of the confidential waste

- provide Certificates of Destruction and a Waste Transfer Note for all waste processed

- provide Service User support via a Customer Service Help Desk function

Print or Save this Notice Download PDF Download HTML Download XML

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Claudine Persaud

Telephone: +44 1314693727

E-mail: claudine.persaud@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

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

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Secure Collection, Destruction & Recycling of Confidential Waste

Reference number: CT2901

II.1.2) Main CPV code

90514000

II.1.3) Type of contract

Services

II.1.4) Short description

Framework Agreement for secure collection, destruction and recycling of paper-based confidential waste.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90514000

79996100

90511400

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Via an "Open Tender" procurement procedure, the Council wish to procure a single Contractor Framework Agreement for the secure collection, destruction and recycling of its paper-based confidential waste. In compliance with all relevant legislation and guidance, including BS EN 15713 (secure destruction of confidential material), the UK Data Protection Act 2018 and General Data Protection Regulation and Scottish Environment Protection Agency (SEPA) regulations, the appointed Contractor will be required to:

- supply 75L confidential waste sacks

- provide secure collection & transportation of the confidential waste (on a scheduled and/or ad-hoc)

- provide secure off-site cross-cut shredding of the confidential waste to a width no greater than DIN 66399 P-3 (Particle size: < 320 mm²/Particle width: < 2 mm)

- employ a tracking system with provides an individual and unique barcode/tagging ID for each individual sack

- provide secure and sustainable recycling of the confidential waste

- provide Certificates of Destruction and a Waste Transfer Note for all waste processed

- provide Service User support via a Customer Service Help Desk function

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract will be for a period of two years with the option to extend for up to a further two 12 month periods, undertaken at the sole discretion of the Council.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SPD Question 4B.1 - Tenderers are required to provide their “general” annual turnover for the last two financial years.

SPD Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance specified.

SPD Question 4B.6 - Tenderers are required provide their "Current ratio" for Current Year and their "Current ratio" for Prior Year. The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities.


Minimum level(s) of standards required:

SPD Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP 230,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

SPD Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract:

a. Public Liability Insurance – GBP 10,000,000

b. Employers (Compulsory) Liability Insurance – GBP 5,000,000

c. Motor Vehicle Insurance on a fully comprehensive basis with an appropriate limit of indemnity as deemed by the Contractor

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.

SPD Question 4B.6 - The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Question 4C.1.2 - Expertise, Capability and capacity

SPD Question 4C.2 - Compliance with regulatory requirements & ISO accreditation

SPD Question 4C.3a - Compliance with mandatory requirements

SPD Question 4C.4 - Inclusion of prompt payment clause

SPD Question 4C.7 - Response to climate change emergency

SPD Question 4D.1(A) - Health & Safety Policy

SPD Question 4D.1(B) - Payment of the Real Living Wage


Minimum level(s) of standards required:

SPD Question 4C.1.2 - Expertise, capability and capacity - Tenderers are required to demonstrate that they have the expertise, capability and capacity required to deliver the specified requirement by providing 3 examples of the delivery of similar contracts during the last three years. Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Question 4C.2 - Compliance with regulatory requirements & ISO accreditation - Tenderers are required to demonstrate that they operate their services in accordance with the specified regulatory requirements and that they have in place the specified ISO accreditation (or suitable equivalent) (see Specification section 10). Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Question 4C.3a - Compliance with mandatory requirements - Tenderers are required to demonstrate compliance with the specified mandatory requirements (relating to shred size & tracking capabilities - see Specification section 2). Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Question 4C.4 - Inclusion of prompt payment clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the framework agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.

SPD Question 4C.7 - Response to climate change emergency - Tenderers are required to evidence that their organisation is taking steps to build their awareness of the climate change emergency and reduce their carbon emissions. Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Question 4D.1(A) - Health & Safety - Tendering Organisations with more than 5 employees are required to have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.

SPD Question 4D.1(B) - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the framework agreement (including any agency or sub-contractor staff), at least the Real Living Wage. Where a Tenderer does not commit to pay any staff that at least the Real Living Wage, the Council may exclude the Tenderer from the competition.

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: 18/10/2023

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/10/2023

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

If the contract is not extended it is envisaged that the opportunity will be advertised in the second quarter of 2025. Likewise, if the contract is extended it is envisaged that the opportunity will be advertised in the second quarter of 2026 or 2027.

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

3.1 This is a readvertisement of the cancelled tender for Secure Collection, Destruction & Recycling of Confidential Waste (Public Contract Scotland (PCS) Original Document ID: 735652; Dispatched: 21/06/2023 at 11:29). Repeat tenderers may re-use parts of their previous tender to complete the new tender documentation, should they wish to, however caution should be exercised because the SPD questions, Invitation to Tender (ITT), Specification & Tenderer’s Submission questions & weightings, have been updated (revised sections highlighted in yellow). The Pricing Schedule has also been completely revised. It should be noted that all information exchanged as part of the previous tender process will be disregarded and the process will re-start from the beginning.

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=743517.

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.

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:

The Council’s Community Benefits Points System will apply to this Framework, as outlined in the attached Community Benefits Guidance document.

(SC Ref:743517)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=743517

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

14/09/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: claudine.persaud@edinburgh.gov.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
ID Title Parent Category
90511400 Paper collecting services Refuse collection services
79996100 Records management Business organisation services
90514000 Refuse recycling services Refuse disposal and treatment

Delivery Locations

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.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru