Tender

Supply and Delivery of Recycle and Refuse Containers

  • Scotland Excel

F02: Contract notice

Notice identifier: 2025/S 000-058828

Procurement identifier (OCID): ocds-h6vhtk-051d2e (view related notices)

Published 23 September 2025, 11:38am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

Environment@scotland-excel.org.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Recycle and Refuse Containers

Reference number

0425

two.1.2) Main CPV code

  • 34928480 - Waste and rubbish containers and bins

two.1.3) Type of contract

Supplies

two.1.4) Short description

This is in relation to the renewal framework for the Supply and Delivery of Recycle and Refuse Containers, for all 32 council areas in Scotland and Scotland Excel Associate members.

This framework will incorporate various container types, such as, but not limited to, 2 wheeled bins, wheeled and non-wheeled containers over 500L, kerbside boxes, kitchen caddy’s, sacks and liners and subsequent refurbishment of containers.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

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

2 Wheeled Bins

Lot No

1

two.2.2) Additional CPV code(s)

  • 44613600 - Wheeled containers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins
  • 30216130 - Barcode readers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 1 is for the supply and delivery of various sized 2 wheeled container bins. This includes, but not limited to the supply of HDPE wheeled plastic bins and parts, printing and associated accessories to depots and/or households within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £29,750,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Waste Containers over 500L

Lot No

2

two.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 39713300 - Rubbish compactors
  • 34928480 - Waste and rubbish containers and bins
  • 30216130 - Barcode readers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 2 is for the supply and delivery of various sized waste containers over 500 Litres. This includes, but not limited to the supply of HDPE and galvanised steel bins/containers, bottle banks and other large waste containers, parts, printing and associated accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £11,300,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Kerbside Boxes and Reusable Sacks

Lot No

3

two.2.2) Additional CPV code(s)

  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins
  • 18930000 - Sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 3 is for supply and delivery of various sized kerbside boxes and reusable sacks. This includes, but not limited to the supply of kerbside boxes and reusable sacks and associated printing and accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £1,150,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Kitchen Waste

Lot No

4

two.2.2) Additional CPV code(s)

  • 30216130 - Barcode readers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 34928480 - Waste and rubbish containers and bins

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 4 is for supply and delivery of various sized kitchen waste containers. This includes, but not limited to the supply of waste containers and associated printing and accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Sacks and Liners

Lot No

6

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 42914000 - Recycling equipment
  • 18930000 - Sacks and bags
  • 19640000 - Polythene waste and refuse sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 6 is for supply and delivery of various sized compostable sacks and liners, virgin and recycled sacks and liners, with associated printing options to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £4,250,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Urban Waste

Lot No

5

two.2.2) Additional CPV code(s)

  • 30216130 - Barcode readers
  • 39224340 - Bins
  • 42914000 - Recycling equipment
  • 39713300 - Rubbish compactors
  • 34928400 - Urban furniture
  • 34928480 - Waste and rubbish containers and bins

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot 5 is for supply and delivery of various sized urban waste containers. This includes, but not limited to the supply of urban waste containers, pole mounted bins, free standing bins, dog waste bins, novelty bins, multiple bin container housings and associated printing and accessories to depots within Scotland.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £3,250,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements

2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements

Minimum level(s) of standards possibly required

INSURANCE REQUIREMENTS:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

Employer’s (Compulsory) Liability Insurance – no less than GBP 10million indemnity limit each and every claim.

Public/Products Liability Insurance – no less than GBP 5million any one occurrence (in the aggregate for Products Liability).

Motor Vehicle Insurance: statutory third-party motor vehicle liability insurance to a minimum indemnity level of GBP 5million for property damage and unlimited in respect of personal injury or death.

For bidders who will sub contract parts of the business, it is a requirement that the bidder requires to provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code.

Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.

SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and with be excluded from the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot.

1. SPD (Scotland) Question 4C.10 - Subcontracting

2. SPD (Scotland) Question 4D.1 - Quality Assurance Schemes

3. SPD (Scotland) Question 4D.1 - Health and Safety Procedures

4. SPD (Scotland) Question 4D.2 - Environmental Management Standards

Minimum level(s) of standards possibly required

SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off

under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do

not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts

of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria) Please note that these subcontractors on whose capacity

the tenderer does not rely will be subject to the rules regarding Exclusion as set out in II.2.14.

SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that

the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS

ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered

membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or

equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels

within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities

of health and safety management and compliance with legislation.

SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:

The tenderer must have the following:

The tenderer 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

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This

policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response

procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example

hazardous substances spill control)

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called off thereunder, please refer to the tender documents (details of how to access these are outlined in “Section I.3 Communication” of this Contract Notice).

Scotland Excel may require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract and may require them to assume a specific legal form for the purposes of the appointment to the Framework. For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.


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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 25

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Electronic auctions may be used where competition is re-opened for the purposes of awarding a Competitive Order. If required, the Council

will issue information on how electronic auctions will operate at the appropriate time.

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 000-024663

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

Date

24 October 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

24 October 2025

Local time

12:00pm


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

This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force. Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

A) The 32 local authorities in Scotland as listed at https://home.scotland-excel.org.uk/about-us/our-members

B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland)Act 2014.

D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

E) Tayside Contracts

F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.

G) Scottish Prison Service (SPS)

H) Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)

I) Transport Scotland

J) Scottish Government and Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that the maximum number of participants stated in section IV.1.3 of this notice is indicative only. Scotland Excel may appoint more or less bidders to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member

Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement.

IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to

evidence conformance with the Tender Specification in all lots. Bids MAY be excluded from evaluation (in whole, or in part) if they do not

include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH in

particular circumstances detailed in the instructions. Further detailed information and instructions are contained within the tender

documents located within the Information and Instructions to Tenderers including Evaluation Methodology document. RETROSPECTIVE REBATE INFORMATION: Tenderers should note that retrospective rebates apply to this Framework. Further details are contained in the tender documents within the Special Conditions & the Information and Instructions to Tenderers including Evaluation Methodology document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29477. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community

benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of

community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:805279)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.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 the Public Contracts (Scotland)

Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.