Award

Waste Transfer Station and Haulage Operations

EAST LOTHIAN COUNCIL

This public procurement record has 2 releases in its history.

Award

01 Aug 2025 at 12:33

Tender

05 Mar 2025 at 16:47

Summary of the contracting process

The procurement process titled "Waste Transfer Station and Haulage Operations" was initiated by East Lothian Council, a regional authority based in Haddington, East Lothian. This completed procurement relates to the services industry category, specifically refuse and waste-related services, with operations centred around the Kinwegar Depot & Transfer Station. The aim was to bulk, haul, and transfer approximately 70,000 tonnes of waste per annum to a licensed facility. This process followed the open procurement method and was part of an open procedure under legal framework CELEX:32014L0024. The award was made to FCC Environment (UK) Limited, with the contract valued at GBP 4,172,200 and signed on 30th June 2025.

This tender presents robust business growth opportunities, especially for firms specialising in waste management and logistic solutions. With a keen emphasis on quality and price (60% quality and 40% price in award criteria), businesses adept in providing flexible, high-quality waste services could substantially benefit. The project also encourages the introduction and implementation of community benefits, fostering local engagement. Companies possessing strong environmental management practices and comprehensive insurance coverage will be well-positioned to compete in future related tenders issued by East Lothian Council, particularly those with the capability to provide large-scale, efficient waste management solutions. Furthermore, the contract duration and potential renewal options offer extended engagement, facilitating long-term strategic growth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

FCC ENVIRONMENT (UK

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}