Notice Information
Notice Title
Waste Transfer Station and Haulage Operations
Notice 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.
Lot Information
Lot 1
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.
Renewal: 1 + 1 + 1
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e9e9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/045231-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
90512000 - Refuse transport services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,172,200 £1M-£10M
Notice Dates
- Publication Date
- 1 Aug 20256 months ago
- Submission Deadline
- 7 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Jun 20257 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST LOTHIAN COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@eastlothian.gov.uk
- Contact Phone
- +44 1620827827
Buyer Location
- Locality
- HADDINGTON, EAST LOTHIAN
- Postcode
- EH41 3HA
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM11 East Lothian and Midlothian
- Delivery Location
- TLM73 East Lothian and Midlothian
-
- Local Authority
- East Lothian
- Electoral Ward
- Haddington and Lammermuir
- Westminster Constituency
- Lothian East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04e9e9-2025-08-01T13:33:06+01:00",
"date": "2025-08-01T13:33:06+01:00",
"ocid": "ocds-h6vhtk-04e9e9",
"description": "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. (SC Ref:806085)",
"initiationType": "tender",
"tender": {
"id": "ELC-25-0448",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Waste Transfer Station and Haulage Operations",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "1 + 1 + 1"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90512000",
"description": "Refuse transport services"
}
],
"deliveryAddresses": [
{
"region": "UKM73"
},
{
"region": "UKM73"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "-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.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "-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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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).",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "East Lothian Council Terms and Conditions.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-04-07T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-04-07T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-04-07T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1747",
"name": "East Lothian Council",
"identifier": {
"legalName": "East Lothian Council"
},
"address": {
"streetAddress": "John Muir House",
"locality": "Haddington, East Lothian",
"region": "UKM73",
"postalCode": "EH41 3HA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1620827827",
"email": "procurement@eastlothian.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.eastlothian.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-115832",
"name": "Edinburgh Court",
"identifier": {
"legalName": "Edinburgh Court"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-6585",
"name": "FCC Environment (UK) Limited",
"identifier": {
"legalName": "FCC Environment (UK) Limited"
},
"address": {
"streetAddress": "900 Pavilion Drive, Northampton Business Park",
"locality": "Northampton",
"region": "UK",
"postalCode": "NN4 7RG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1747",
"name": "East Lothian Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000791595"
}
],
"language": "en",
"awards": [
{
"id": "045231-2025-ELC-25-0448-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-6585",
"name": "FCC Environment (UK) Limited"
}
]
}
],
"contracts": [
{
"id": "045231-2025-ELC-25-0448-1",
"awardID": "045231-2025-ELC-25-0448-1",
"status": "active",
"value": {
"amount": 4172200,
"currency": "GBP"
},
"dateSigned": "2025-06-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
}
]
}
}