Section one: Contracting authority
one.1) Name and addresses
The Highland Council
Glenurquhart Road
Inverness
IV3 5NX
CPSSprocurement@aberdeencity.gov.uk
Telephone
+44 1467530600
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
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