Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Highland Council
  Glenurquhart Road
  Inverness
  IV3 5NX
  UK
  
            Telephone: +44 1467530600
  
            E-mail: CPSSprocurement@aberdeencity.gov.uk
  
            NUTS: UKM6
  Internet address(es)
  
              Main address: http://www.highland.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
 
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
THE PROVISION OF WASTE HAULAGE SERVICES 2025
            Reference number: THC/OM/WHS/2025
  II.1.2) Main CPV code
  90512000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Residual Waste, Bulky Waste, WUDS material bulk haulage services.
  II.1.5) Estimated total value
  Value excluding VAT: 
			33 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Longman, Invergordon, Seater, Granish Waste Haulage Services
    II.2.2) Additional CPV code(s)
    90512000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Longman, Invergordon, Seater, Granish Waste Transfer Stations.
    II.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.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			25 600 000.00 
			  GBP
    II.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.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Portree & Fort William Waste Haulage Services
    II.2.2) Additional CPV code(s)
    90512000
    II.2.3) Place of performance
    NUTS code:
    UKM63
Main site or place of performance:
    Portree & Fort William Waste Transfer Stations
    II.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.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			5 600 000.00 
			  GBP
    II.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.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Longman Food Waste Haulage Services
    II.2.2) Additional CPV code(s)
    90512000
    II.2.3) Place of performance
    NUTS code:
    UKM62
Main site or place of performance:
    Longman Waste Transfer Station
    II.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.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			1 050 000.00 
			  GBP
    II.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.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.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
  III.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 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
  III.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 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.
 
III.2) Conditions related to the contract
  III.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 IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              15/04/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.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)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              15/04/2025
  
              Local time: 12:30
  Place:
  Inverness & Aberdeen
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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
VI.4) Procedures for review
  VI.4.1) Review body
  
    Inverness Sheriff Office
    Inverness
    UK
   
 
VI.5) Date of dispatch of this notice
05/03/2025