Uplift of Glass from Recycling Points and Bulked Onward Transport

A Contract Award Notice
by FALKIRK COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£260K-£860K
Sector
ENVIRONMENT
Published
06 May 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

Geochart for 1 buyers and 2 suppliers

1 buyer

2 suppliers

Description

Lot 1 is for a single provider to uplift glass from mixed glass recycling points throughout the Falkirk Council area and deposit at Household Waste Recycling centres. For Lot 2 a single provider will then uplift and transport to a suitably licensed treatment or end use facility.

Lot Division

1 Uplift glass from mixed glass recycling points

Uplift glass from recycling point bottle banks and deposit the materials at Household Waste Recycling Centres.

Award Criteria
Fulfil Collection Schedule and requests 2.5/20
Climate Change Mitigation 2.5/20
Process following uplift - vehicles, procedures, risk assessment 2.5/20
Process following uplift - contingency, staffing, haulage 2.5/20
Management Information 5/20
Fair Work First 5/20
price 80
2 Uplift and transport bulked glass from HWRC

Uplift of bulked glass from HWRC and transport to a suitably licensed treatment or end use facility

Award Criteria
Fulfil collection requests 2.5/20
Climate change mitigation 2.5/20
Process following uplift - vehicles, procedures, risk assessment 2.5/20
Process following uplift - contingency, haulage, staffing 2.5/20
Management Information 5/20
Fair Work First 5/20
price 80

Award Detail

1 Sibelco Green Solutions (Stoke on Trent)
  • Uplift and transport bulked glass from HWRC
  • Reference: 019153-2025-1
  • Value: £860,000
2 Enva Scotland (Linwood)
  • Uplift glass from mixed glass recycling points
  • Reference: 019153-2025-2
  • Value: £260,000

CPV Codes

  • 90512000 - Refuse transport services
  • 90700000 - Environmental services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90710000 - Environmental management
  • 90720000 - Environmental protection
  • 90722000 - Environmental rehabilitation
  • 34144510 - Vehicles for refuse
  • 34144511 - Refuse-collection vehicles
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90514000 - Refuse recycling services
  • 60100000 - Road transport services
  • 34928480 - Waste and rubbish containers and bins
  • 14820000 - Glass
  • 42914000 - Recycling equipment

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Bidder must hold a Waste Carrier Licence. Bidder must hold or commit to obtain the insurances as detailed in PS 360 25 Appendix B SPD (Scotland) Standardised Statements. A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed framework. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Please see PS 360 25 Appendix B SPD (Scotland) Standardised Statements. Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency. Please see PS 360 25 Appendix B SPD (Scotland) Standardised Statements and the attached PS 360 25 Appendix C Bidder Relevant Contract Climate Change Plan Template. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within PS 360 25 Appendix B SPD (Scotland) Standardised Statements The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within PS 360 25 Appendix B SPD (Scotland) Standardised Statements 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 provide additional supportive information as detailed within PS 360 25 Appendix B SPD (Scotland) Standardised Statements (SC Ref:798076)

Reference

Domains