Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 5th Mar 2025
Reference | ocds-h6vhtk-04e9e9 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 5th Mar 2025
Reference | ocds-h6vhtk-04e9e9 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
procurement [at] eastlothian.gov.uk
Telephone
+44 1620827827
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Waste Transfer Station and Haulage Operations
Reference number
ELC-25-0448
II.1.2) Main CPV code
- 90500000 - Refuse and waste related services
II.1.3) Type of contract
Services
II.1.4) Short description
East Lothian Council is looking for a suitable qualified operator to provide a flexible and continuously improving waste management Service with the principal aims of facilitating the bulking, haulage and transfer of approximately 70,000 tonnes per annum of mixed municipal waste and a range of separately collected waste materials from Kinwegar Depot & Transfer Station, A199 Haddington Road, Wallyford, East Lothian, EH21 8JU (“Transfer Station”) to a Licensed Waste Management Facility or other destination as directed by the Council.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90512000 - Refuse transport services
II.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
II.2.4) Description of the procurement
East Lothian Council is looking for a suitable qualified operator to provide a flexible and continuously improving waste management Service with the principal aims of facilitating the bulking, haulage and transfer of approximately 70,000 tonnes per annum of mixed municipal waste and a range of separately collected waste materials from Kinwegar Depot & Transfer Station, A199 Haddington Road, Wallyford, East Lothian, EH21 8JU (“Transfer Station”) to a Licensed Waste Management Facility or other destination as directed by the Council.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
1 + 1 + 1
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
-Specimen copies of the paperwork used to satisfy the ‘O’ Licence requirements.
-Copies of Waste Carriers Registration
-Details (copies of) any other licences the supplier believes are relevant to the Contract
-Evidence where applicable of your VOSA score on the traffic light system as an OCRS Score dating back 5 years.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Financial Standing
A copy of your audited accounts or equivalent for the most recent 2 years (2 sets of signed, audited accounts), along with details of any significant changes since the last year end.
Minimum level(s) of standards possibly required
-Employers Liability insurance to the value of at least ten million pounds Sterling (GBP10,000,000) in respect of any one event.
-Public Liability insurance to the value of at least ten million pounds Sterling (GBP10,000,000) in respect of any one event.
-Motor Liability insurance for all vehicles used in the connection with the performance of this Contract, including:
-Coverage for own vehicle with a minimum indemnity limit of GBP5,000,000 per occurrence.
-Coverage for third-party property damage with a minimum indemnity limit of GBP 10,000,000 million per occurrence.
-Unlimited coverage for third-party personal injury, in compliance with the requirements of the Road Traffic Act.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Part 4C: Technical and Professional Ability – Prompt Payment
It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.
Part 4C: Technical and Professional Ability – Living Wage Payment
Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Contract, (including any agency or sub-contractor staff) directly involved in the delivery of the Contract, at least the real Living Wage.
Part 4C: Environmental Management Measures
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
A completed copy of “Schedule 8- Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Please note this document is supplied as an individual document for completion. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part 4D: Quality Assurance Schemes
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
It is a mandatory requirement that Tendering Organisations have in place a Business Continuity Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a satisfactory Business Continuity Policy, the Council may exclude the Bidder from the competition or require amendments to the policy to be made.
Part 4D: Environmental Management
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
2. The bidder must have the following:
a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent.
(Please refer to the ITT document for further details).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
East Lothian Council Terms and Conditions.
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 the 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
7 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
7 April 2025
Local time
12:00pm
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
Prevention of Organised Crime and Fraud
As part of this tender process therefore, details provided in the tender by the tenderers may be passed to Police Scotland to be checked.
Community Benefits
This Contract includes an obligation for the delivery of Community Benefits once the aggregate spend with the Council reaches GBP 50,000 in any financial year. The Community Benefits information included in the Tender documentation outlines the Community Benefits that the Council is seeking as part of this Contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28649. For more information see:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not applicable
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
This Contract includes an obligation for the delivery of Community Benefits [once the aggregate spend with the Council reaches GBP 50,000 in any financial year. The Community Benefits information included in the Tender documentation outlines the Community Benefits that the Council is seeking as part of this Contract.
(SC Ref:791595)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Court
Edinburgh
Country
United Kingdom