Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

THE PROVISION OF WASTE HAULAGE SERVICES 2025

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e99f
Published by:
The Highland Council
Authority ID:
AA26601
Publication date:
26 March 2025
Deadline date:
15 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Residual Waste, Bulky Waste, WUDS material bulk haulage services.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90512000 Refuse transport services Refuse disposal and treatment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
CPSSprocurement@aberdeencity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.