Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Bulky Waste Collection
Reference number
PS 401 25
two.1.2) Main CPV code
- 90512000 - Refuse transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Uplift of bulky waste items from outside residents premises and deposit at Falkirk Council HWRC.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £680,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 90511000 - Refuse collection services
- 90511100 - Urban solid-refuse collection services
- 90511200 - Household-refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 34130000 - Motor vehicles for the transport of goods
- 60100000 - Road transport services
- 90700000 - Environmental services
- 90720000 - Environmental protection
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
This opportunity is for a bulky waste collection service within the Falkirk area, which is carried out on a specified dedicated day for each Ward area. On average c 170 bulky waste work tickets are scheduled per week across the area, averaging from 32 - 50 per day /ward, with an average uplift weight of 90kg/household.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 20
Price - Weighting: 80
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-038226
Section five. Award of contract
Contract No
PS 401 25
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 March 2025
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Perfect Clean Edinburgh Ltd
Unit 13, Bilston Enterprise Centre, 1 Dryden Road, Loanhead
Edinburgh
EH20 9LZ
Telephone
+44 7403451742
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £680,000
Section six. Complementary information
six.3) Additional information
1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies.
2. Bidders will provide a statement of the relevant supply chain management and/or tracking systems used.
3. Bidders will provide a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template.
4. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
5. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements
6. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements.
7. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements.
Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response in advance of the submission deadline to avoid any last minute issues.
(SC Ref:793532)
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom