Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 4
Status Active
Published 23rd Jul 2025
Reference | ocds-h6vhtk-05648e |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | £300,000 |
No location provided
Category Services
Type
No. of Lots 4
Status Active
Published 23rd Jul 2025
Reference | ocds-h6vhtk-05648e |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
Aberdeen City Council
Broad Street
Aberdeen
AB10 1AB
Contact
Amanda Witherspoon
awitherspoon [at] aberdeencity.gov.uk
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
cpssprocurement [at] aberdeencity.gov.uk
Telephone
+44 1467539600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract involves joint procurement
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
The Destruction of Confidential Waste
Reference number
CRN00039222/CRN00039333
II.1.2) Main CPV code
- 90500000 - Refuse and waste related services
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Council and Aberdeenshire Council are inviting tenders for the Destruction of Confidential Waste.
II.1.5) Estimated total value
Value excluding VAT: £300,000
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
Aberdeen City Council Destruction of Other Confidential Waste
Lot No
2
II.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
II.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City
II.2.4) Description of the procurement
Collection and destruction onsite and offsite of Confidential Waste in Aberdeen City.
II.2.5) Award criteria
Quality criterion - Name: Quality Criteria / 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
Option to extend by 24 months.
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
3(a) & 3(b): Aberdeenshire Collection and destruction onsite and offsite of Confidential Waste
Lot No
3
II.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
II.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire
II.2.4) Description of the procurement
Collection and destruction onsite and offsite of Confidential Waste in Aberdeenshire.
II.2.5) Award criteria
Quality criterion - Name: Quality Criteria / 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
Option to extend by 24 months.
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
Aberdeenshire Collection and Destruction of Other Confidential Waste
Lot No
4
II.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
II.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
II.2.4) Description of the procurement
Collection and Destruction of Other Confidential Waste in Aberdeenshire.
II.2.5) Award criteria
Quality criterion - Name: Quality Criteria / 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
Option to extend by 24 months.
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
LOT 1(a) & 1(b): Aberdeen City Council Collection and destruction onsite and offsite of Confidential Waste
Lot No
1
II.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
II.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City
II.2.4) Description of the procurement
Collection and destruction onsite and offsite of Confidential Waste in Aberdeen City.
II.2.5) Award criteria
Quality criterion - Name: Quality Criteria / 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
Option to extend by 24 months.
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
Tenderers must be members of the British Security Industry Association – Information Destruction Division (or suitable alternative)
III.1.2) Economic and financial standing
List and brief description of selection criteria
The successful Tenderer must hold or be willing to arrange the following insurances as a minimum throughout the duration of any contract with the Council:
- Employers Liability Insurance of not less than 5 million Pounds (5,000,000 GBP) Sterling in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements;
- Public Liability Insurance of not less than 5 million Pounds (5,000,000 GBP) Sterling in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements;
- Professional Indemnity Insurance: The Council requires a minimum Professional Indemnity Insurance cover of than 2 million Pounds (2,000,000 GBP) Sterling in respect of each claim, without limit to number of claims;
- Motor vehicle (3rd Party) Insurance of no less than 5 million Pounds (5,000,000 GBP) Sterling in respect of each claim, without a limit to the number of claims.
- Adequate insurances covering all the Supplier’s other liabilities under the Contract; and such other insurances as may be identified in the Specification.
Minimum level(s) of standards possibly required
In addition to any financial standing requirements within the SPD (Scotland) for each tender submission, the Council may conduct a financial appraisal based on the most recent filed accounts/credit check and by considering financial ratios produced in this appraisal alongside the total value of the contract. This allows the Council to assess the financial stability to undertake the contract.
Should the result from the Contractor not demonstrate appropriate financial standing and identify areas of concern or risk, further account related information may be requested for further assessment. The Council reserves the right not to award contracts beyond the demonstrated financial standing.
The Council reserves the right to make judgement upon the financial stability of any Tenderer and to disqualify them on this basis if they are deemed not to be financially stable. The Council reserves the right to make judgement upon whether a Tenderer is unable to comply with any mandatory requirement and in such instances the Response may be deemed invalid and disqualified from the evaluation process. The Council also reserves the right to revisit any checks on Financial Sustainability throughout the duration of the contract.
III.1.3) Technical and professional ability
List and brief description of selection criteria
The successful Tenderer shall :
- adhere to BS EN 15713:2009 Information Destruction Code of Practice or equivalent and ensure the destruction facilities used shall be certified to BS EN 15713:2009.
- shall hold and maintain a valid Waste Carrier Licence issued by the Scottish Environment Protection Agency (SEPA) authorizing the transportation of controlled waste.
- The successful Tenderer must be CPNI registered.
- The successful Tenderer must have ICO registration as personal data under GDPR/DPA 2018 is being processed.
- All personnel handling confidential waste shall hold a valid Disclosure Scotland clearance, ensuring they are vetted for working with sensitive information. Disclosure Scotland is the Scottish system for criminal record checks.
III.2) Conditions related to the contract
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
25 August 2025
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
25 August 2025
Local time
12:30pm
Place
Aberdeen
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2029
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. 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:
Please submit an outline of all community benefits that your organisation will commit to deliver during the lifetime of this Contract, should you be successful. Tenderers should be aware that only those community benefits that relate to the subject matter of the Contract can be taken into account in this evaluation. Although the judgment of relevance is a matter for the Council, an innovative approach towards how those benefits relate to the Contract is encouraged.
Please note that offered benefits will be discussed / agreed at mobilisation and must be recorded/reported through an established process. Delivery of community benefits will be monitored as a Key Performance Indicator (KPI) during ongoing contract management.
As well as the points listed above, the Council understands that Tenderers may have other innovative community benefits that do not fall under any of the suggested headings provided. Tenderers are asked to provide details of any additional community benefits that can be discussed / agreed at mobilisation.
(SC Ref:805072)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sherriff Court
53 Castle Street
Aberdeen
AB10 1WP
Country
United Kingdom