Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
Contact
CPU
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
Uplift of Glass from Recycling Points and Bulked Onward Transport
Reference number
PS/360/25
two.1.2) Main CPV code
- 90512000 - Refuse transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Lot 1 is for a single provider to uplift glass from mixed glass recycling points throughout the Falkirk Council area and deposit at Household Waste Recycling centres. For Lot 2 a single provider will then uplift and transport to a suitably licensed treatment or end use facility.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,120,000
two.2) Description
two.2.1) Title
Uplift glass from mixed glass recycling points
Lot No
1
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90710000 - Environmental management
- 90720000 - Environmental protection
- 90722000 - Environmental rehabilitation
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 60100000 - Road transport services
- 34928480 - Waste and rubbish containers and bins
- 14820000 - Glass
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Uplift glass from recycling point bottle banks and deposit the materials at Household Waste Recycling Centres.
two.2.5) Award criteria
Quality criterion - Name: Fulfil Collection Schedule and requests / Weighting: 2.5/20
Quality criterion - Name: Climate Change Mitigation / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - vehicles, procedures, risk assessment / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - contingency, staffing, haulage / Weighting: 2.5/20
Quality criterion - Name: Management Information / Weighting: 5/20
Quality criterion - Name: Fair Work First / Weighting: 5/20
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
two.2) Description
two.2.1) Title
Uplift and transport bulked glass from HWRC
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90710000 - Environmental management
- 90722000 - Environmental rehabilitation
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 60100000 - Road transport services
- 34928480 - Waste and rubbish containers and bins
- 14820000 - Glass
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Uplift of bulked glass from HWRC and transport to a suitably licensed treatment or end use facility
two.2.5) Award criteria
Quality criterion - Name: Fulfil collection requests / Weighting: 2.5/20
Quality criterion - Name: Climate change mitigation / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - vehicles, procedures, risk assessment / Weighting: 2.5/20
Quality criterion - Name: Process following uplift - contingency, haulage, staffing / Weighting: 2.5/20
Quality criterion - Name: Management Information / Weighting: 5/20
Quality criterion - Name: Fair Work First / Weighting: 5/20
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: 2025/S 000-001074
Section five. Award of contract
Lot No
2
Title
Uplift and transport bulked glass from HWRC
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 April 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sibelco Green Solutions UK Ltd
West Avenue, Sibelco Talke
Stoke on Trent
ST7 1TU
Telephone
+44 7760361527
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £860,000
Section five. Award of contract
Lot No
1
Title
Uplift glass from mixed glass recycling points
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 April 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 00
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Enva Scotland Limited
49 Burnbrae Road, Linwood Industrial Estate
Linwood
PA3 3BD
Telephone
+44 07908451748
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £260,000
Section six. Complementary information
six.3) Additional information
Bidder must hold a Waste Carrier Licence.
Bidder must hold or commit to obtain the insurances as detailed in PS 360 25 Appendix B SPD (Scotland) Standardised Statements.
A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed framework.
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 as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Please see PS 360 25 Appendix B SPD (Scotland) Standardised Statements.
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency. Please see PS 360 25 Appendix B SPD (Scotland) Standardised Statements and the attached PS 360 25 Appendix C Bidder Relevant Contract Climate Change Plan Template.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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 PS 360 25 Appendix B SPD (Scotland) Standardised Statements
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 PS 360 25 Appendix B SPD (Scotland) Standardised Statements
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 PS 360 25 Appendix B SPD (Scotland) Standardised Statements
(SC Ref:798076)
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