ºÚÁÏÉç

Construction Tenders

05 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 2

Status Active

Published 23rd Mar 2026

Tender Details
Referenceocds-h6vhtk-03cd85
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£240,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 2

Status Active

Published 23rd Mar 2026

Tender Details
Referenceocds-h6vhtk-03cd85
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£240,000

Section I: Contracting authority

I.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Contact

Karen Mclachlan

Email

Procurement.CIRW [at] dumgal.gov.uk

Telephone

+44 3033333000

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

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

Kerbside Food Waste Treatment

Reference number

DGCC-00300

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

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

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Food Waste (West)

Lot No

1

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513100 - Household-refuse disposal services
  • 90511000 - Refuse collection services

II.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
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

Quality criterion - Name: 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.2.10) 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

II.2) Description

II.2.1) Title

Food Waste (East)

Lot No

2

II.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services
  • 90513100 - Household-refuse disposal services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90510000 - Refuse disposal and treatment
  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
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

Quality criterion - Name: 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.2.10) 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 the 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: 2023/S 000-014205

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

27 April 2026

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

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 April 2026

Local time

12:00pm

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:

Community benefits are included in this requirement. For more information see:

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

Country

United Kingdom