Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
UK
Contact person: Karen Mclachlan
Telephone: +44 3033333000
E-mail: Procurement.CIRW@dumgal.gov.uk
NUTS: UKM92
Internet address(es)
Main address: http://www.dumgal.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
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
Kerbside Food Waste Treatment
Reference number: DGCC-00300
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
This tender process is for participation in the Contract(s) for service providers to receive, treat and/or dispose of kerbside food waste in the East and West of the region with a view to managing the waste in accordance with the waste hierarchy.
II.1.5) Estimated total value
Value excluding VAT:
240 000.00
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
Food Waste (West)
II.2.2) Additional CPV code(s)
90500000
90510000
90513000
90513100
90511000
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Stranraer Zero Waste Park
Fountain Way
Blackparks Industrial Estate
Stranraer
DG9 7UD
II.2.4) Description of the procurement
Summary of Lot 1 Requirements:
Provision of a suitable skip with seals on the door and movable cover that is compliant to store and transport food waste that may contain category 3 animal byproducts, specification of the skip to be agreed with Dumfries and Galloway Council Waste Services.
Weekly servicing (i.e., collection, transport, and replacement) of said skip as required.
Treatment of the food waste by anaerobic digestion at a suitable licensed facility approved to Publicly Available Specification (PAS) 110 to ensure that the food waste can be accounted for as recycled under the waste hierarchy by SEPA’s WDF.
Timely provision of the waste duty of care information for the whole chain of custody (i.e., from collection by the successful bidder from DGC’s SZWP until final treatment or end of waste criteria is achieved) on a minimum quarterly basis and possibly monthly.
Service Model 1 – The Service Provider provides the appropriately sized skip container and suitable collection vehicle and collects the materials from the Council’s Nominated Facility or Facilities and treats and recycles the material as appropriate. The Service Provider is to provide suitable roll-on roll-off skips and collection vehicles as required.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contract will operate for an initial two year period with an option to extend for a further two 12-month periods.
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
Food Waste (East)
II.2.2) Additional CPV code(s)
90511000
90513100
90513000
90510000
90500000
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Dumfries MBT Plant
Lochar Moss
Lockerbie Road
Dumfries
DG1 3PG
II.2.4) Description of the procurement
Summary of Lot 2 requirements:
Provision of a suitable reception facility to receive household and commercial food waste collection by DGC via 5 collection routes serving the towns of Annan, Dalbeattie, Dumfries, Gretna and Lockerbie.
The initial reception facility should be within approximately 5 miles by road of Dumfries MBT plant, DG1 3PG (full address given above).
Storage, transport (if required) and treatment by certified PAS 110 anaerobic digestion of DGC’s food waste, either at the initial reception facility or at a suitable separate facility, to ensure that the food waste can be accounted for as recycled under the waste hierarchy by SEPA’s WDF.
Timely provision of the waste duty of care information for the whole chain of custody (i.e., from delivery by DGC into the initial Nominated Facility (i.e., the initial reception facility) until final treatment or end of waste criteria is achieved) on a minimum quarterly basis and possibly monthly.
The Council deliver materials to the Service Provider’s initial Nominated Facility (initial reception facility). The Service Provider receives, store and treats the materials or receives, stores and provides a suitable vehicle and transports the materials from their Nominated Facility or Facilities and treats and recycles the material as appropriate.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contract will operate for an initial two year period with an option to extend for a further two 12-month periods.
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:
Bidders should hold any and all of the following licences: The Pollution Prevention and Control (Scotland) Regulations 2012; The Waste Management Licensing (Scotland) Regulations 2011 (as amended); and The Landfill (Scotland) Regulations 2003 (as amended) or the equivalent legislation in England and Wales, for all Waste Treatment facilities the bidder is offering, as issued by SEPA or their equivalent body in other jurisdictions. Details of the local Environmental Agency office that issued the licence(s) for the site or facility proposed should be provided.
Tenderers for all Lots must have the appropriate Pollution Prevention and Control (PPC) Permit, Waste Management Licence (WML) or relevant Waste Exemption demonstrating that their proposed initial waste destination (Service Provider’s Nominated Facility) can legally accept, store, and treat etc. any waste stream bid for.
Hold the required Waste Carrier Licences (or exemptions) in accordance with the Control of Pollution (Amendment) Act 1989 and The Controlled Waste (Registration of Carriers and Seizure of Vehicles) Regulations 1991 or equivalent.
Skip Provision – sealed, open topped skip with suitable sliding roof or cover, which is suitable for the safe and compliant transport of ABPR Category 3 food waste. (Lot 1)
Reception Facility – must have suitable WML and APHA approval to accept and store Cat 3 animal by-products under the Animal By-Products Regulations (ABPR) (Lot 2)
Treatment facility must be PAS110 AD plant and hold a pollution prevention control (PPC) permit (Lot 1 & 2).
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
For details of the conditions relevant to the contract, please see the Kerbside Food Waste Treatment Invitation to Tender and Specification documents in the Public Contracts Scotland Tender site Buyer Attachments area of ITT 52973.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-014205
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/04/2026
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:
27/04/2026
Local time: 12:00
Place:
Dumfries and Galloway Council, Carruthers House, Dumfries (or via On-Line methods at alternate locations).
Information about authorised persons and opening procedure:
All tenders will be opened in a secure location and witnessed by members of the procurement team authorised by the Council.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
On expiry of the contract term (intent for initial contract term is Two years) and any exercised extensions.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25725. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Community benefits are included in this requirement. For more information see procurement documents for this ITT.
(SC Ref:827309)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
UK
VI.5) Date of dispatch of this notice
23/03/2026