Tender

THE PROVISION OF WASTE HAULAGE SERVICES 2025

  • The Highland Council

F02: Contract notice

Notice identifier: 2025/S 000-007970

Procurement identifier (OCID): ocds-h6vhtk-04e99f

Published 5 March 2025, 10:02am



Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5NX

Email

CPSSprocurement@aberdeencity.gov.uk

Telephone

+44 1467530600

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.highland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

THE PROVISION OF WASTE HAULAGE SERVICES 2025

Reference number

THC/OM/WHS/2025

two.1.2) Main CPV code

  • 90512000 - Refuse transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Residual Waste, Bulky Waste, WUDS material bulk haulage services.

two.1.5) Estimated total value

Value excluding VAT: £33,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Portree & Fort William Waste Haulage Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Portree & Fort William Waste Transfer Stations

two.2.4) Description of the procurement

The Authority is inviting bids from suitably experienced contractors to secure best value for the haulage of Residual Waste, Bulky Waste and Waste Upholstered Domestic Seating from Portree and Fort William Waste Transfer Stations to the Authority’s contracted Treatment Facilities.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £5,600,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

With the option of multiple extensions to be extended by up to twenty-four (24) months, subject to mutual agreement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Longman Food Waste Haulage Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Longman Waste Transfer Station

two.2.4) Description of the procurement

The Authority is inviting bids from suitably experienced contractors to secure best value for the haulage of Category 3 Food Waste from Longman Waste Transfer Stations to the Authority’s contracted Treatment Facility.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,050,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

With the option of multiple extensions to be extended by up to twenty-four (24) months, subject to mutual agreement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Longman, Invergordon, Seater, Granish Waste Haulage Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

Longman, Invergordon, Seater, Granish Waste Transfer Stations.

two.2.4) Description of the procurement

The Authority is inviting bids from suitably experienced contractors to secure best value for the haulage of Residual Waste, Bulky Waste, Waste Upholstered Domestic Seating (WUDS) and Green Waste from Longman, Invergordon, Seater and Granish Waste Transfer Stations to the Authority’s contracted Treatment Facilities.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £25,600,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

With the option of multiple extensions to be extended by up to twenty-four (24) months, subject to mutual agreement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Bidder is required to specify and to attach a copy (Please attach your response to the General Attachment Area as a single zip file) of the under-noted as stated in the Contract Notice and ITT;

- Waste Carrier’s Registration

- Goods Vehicle Operator (GVO) Licence

- Health and Safety Policy

SPD 4A2A

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder is required to provide the Authority with the following;

- “general” yearly turnover for the last financial three (3) years in the business area covered by the Contract; SPD 4B1a

- “specific” turnover for the last financial three (3) years in the business area covered by the Contract; SPD 4B2a

The Authority will undertake a credit rating review of the successful bidder.

If in the opinion of the Authority there is too great a risk involved in contracting with an organisation, then the organisation shall Fail the Qualification – SPD.

Minimum level(s) of standards possibly required

As a minimum:

The Contractor must hold (or be willing to arrange) the following insurances throughout the duration of any contract with the Authority:

- Employers Liability Insurance of not less than 5 MILLION POUNDS (GBP 5,000,000) STERLING in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements;

- Public Liability Insurance of not less than 5 MILLION POUNDS (GBP 5,000,000) STERLING in respect of each claim, without limit to number of claims;

- Third Party Motor Vehicle Liability of not less than 20 MILLION POUNDS (GBP 20,000,000) STERLING in respect of each claim, with the amounts being UNLIMITED in respect of claims for injury and/ or death to third parties in line with industry practice, without limit to number of claims and to comply with all relevant statutory requirements SPD 4B5b

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Bidder is required to specify and attach a copy of the under-noted;

- two (2) relevant examples of services carried out in the past three years; SPD 4C1.2

Minimum level(s) of standards possibly required

The Contractor shall ensure by inspection that any driver employed in undertaking the required Service is in possession of a full and valid driving licence and driver qualification (CPC) - in compliance with all statutory requirements in force.

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 April 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

15 April 2025

Local time

12:30pm

Place

Inverness & Aberdeen


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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=792248.

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:

Contractors are required to complete the Community Benefits Matrix supplied for each Lot under this contract. Owing to the values of each Lot, specific mandatory Community Benefits delivery requirements have been identified for each, all of which are an effective means of fulfilling local economic development objectives for the Highland Council Area.

(SC Ref:792248)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=792248

six.4) Procedures for review

six.4.1) Review body

Inverness Sheriff Office

Inverness

Country

United Kingdom