Notice Information
Notice Title
Management of Rotherham's Household Waste Recycling Centres (HWRCs)
Notice Description
The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council's administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council's required waste management Service than is currently available. The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
Lot Information
Lot 1
The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council's administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council's required waste management Service than is currently available. The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026. The Council wish to make a capital contribution for some elements of the site infrastructure (cabins, skips, ramps, 360 plant) that will transfer to the Council on the Insourcing Date (28 October 2026). The Council expects the Waste Management Licenses to be transferred to the Contractor (from the incumbent service provider which presently provide a service similar to the Front Facing Service requirement advertised here for the Council) on completing the Contract following this procurement exercise. During the transition from the Contractor to the Council it is the Council's intention to move to Standard Rules Environmental Permits for each of the Sites to substitute for the Waste Management Licenses. Should there by any delay in obtaining the Standard Rules Environmental Permits the Council may require the Contractor to continue providing the Front Facing Service inline with the Contract Terms. The Contractor shall manage the Sites in a safe and cost effective manner, whilst prioritising and maximising the potential for re-use, repair, reclamation and recycling of Household Waste(s). The Contractor shall manage the transport, recycling and disposal of Household Waste deposited at the Sites (including residual and garden waste streams where disposal shall be dealt with by the Council) for the full Contract Term. The Council requires haulage services that operate in compliance with local planning conditions, operating permits/rules for the Sites and when accessing any offtaker disposal sites and applicable Laws (especially Laws concerning the environment and transport) for the full Contract Term. A partnership approach to a re-use and repair arrangement is sought by the Council which is expected to be self-funding and any surplus revenue beyond covering the Contractor's costs in providing re-use and repair capacity shall be used to reinvest in that element of the Service.
Options: The 84 months referred to at II.2.7 is broken down as follows: The Council will be entering into an initial 60 month contract period, with a potential option to extend by a further 24 month period.
Renewal: As identified at II.2.4 the Council intends on insourcing the front-facing service from 28 October 2026, with the Contractor responsible for the Haulage and Disposal. The contract does include an options to extend (see II.2.11 below). Following this extension period the haulage and disposal element will be subject to renewal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b2e2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028722-2024
- 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
90000000 - Sewage, refuse, cleaning and environmental services
90500000 - Refuse and waste related services
90530000 - Operation of a refuse site
90533000 - Waste-tip management services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £5,850,000 £1M-£10M
- Lots Value
- £5,850,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £4,425,205 £1M-£10M
Notice Dates
- Publication Date
- 9 Sep 20241 years ago
- Submission Deadline
- 20 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Jul 20241 years 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
- ROTHERHAM METROPOLITAN BOROUGH COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- ROTHERHAM
- Postcode
- S60 1AE
- Post Town
- Sheffield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE3 South Yorkshire
- Small Region (ITL 3)
- TLE34 Rotherham
- Delivery Location
- TLE31 Barnsley, Doncaster and Rotherham
-
- Local Authority
- Rotherham
- Electoral Ward
- Boston Castle
- Westminster Constituency
- Rotherham
Further Information
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-03b2e2-2024-09-09T10:04:08+01:00",
"date": "2024-09-09T10:04:08+01:00",
"ocid": "ocds-h6vhtk-03b2e2",
"initiationType": "tender",
"tender": {
"id": "22-191",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Management of Rotherham's Household Waste Recycling Centres (HWRCs)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90533000",
"description": "Waste-tip management services"
},
"mainProcurementCategory": "services",
"description": "The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council's administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council's required waste management Service than is currently available. The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.",
"value": {
"amount": 5850000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council's administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council's required waste management Service than is currently available. The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026. The Council wish to make a capital contribution for some elements of the site infrastructure (cabins, skips, ramps, 360 plant) that will transfer to the Council on the Insourcing Date (28 October 2026). The Council expects the Waste Management Licenses to be transferred to the Contractor (from the incumbent service provider which presently provide a service similar to the Front Facing Service requirement advertised here for the Council) on completing the Contract following this procurement exercise. During the transition from the Contractor to the Council it is the Council's intention to move to Standard Rules Environmental Permits for each of the Sites to substitute for the Waste Management Licenses. Should there by any delay in obtaining the Standard Rules Environmental Permits the Council may require the Contractor to continue providing the Front Facing Service inline with the Contract Terms. The Contractor shall manage the Sites in a safe and cost effective manner, whilst prioritising and maximising the potential for re-use, repair, reclamation and recycling of Household Waste(s). The Contractor shall manage the transport, recycling and disposal of Household Waste deposited at the Sites (including residual and garden waste streams where disposal shall be dealt with by the Council) for the full Contract Term. The Council requires haulage services that operate in compliance with local planning conditions, operating permits/rules for the Sites and when accessing any offtaker disposal sites and applicable Laws (especially Laws concerning the environment and transport) for the full Contract Term. A partnership approach to a re-use and repair arrangement is sought by the Council which is expected to be self-funding and any surplus revenue beyond covering the Contractor's costs in providing re-use and repair capacity shall be used to reinvest in that element of the Service.",
"value": {
"amount": 5850000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "As identified at II.2.4 the Council intends on insourcing the front-facing service from 28 October 2026, with the Contractor responsible for the Haulage and Disposal. The contract does include an options to extend (see II.2.11 below). Following this extension period the haulage and disposal element will be subject to renewal."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The 84 months referred to at II.2.7 is broken down as follows: The Council will be entering into an initial 60 month contract period, with a potential option to extend by a further 24 month period."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKE31"
},
{
"region": "UKE31"
}
],
"deliveryLocation": {
"description": "Borough of Rotherham"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59849&B=UK",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As stated in the procurement documentation"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-04-20T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-04-20T12:01:00+01:00"
},
"bidOpening": {
"date": "2023-04-20T12:01:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-04-20T12:00:00+01:00"
},
"newValue": {
"date": "2023-04-27T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
}
],
"description": "Tender return deadline has been extended by five (5) working days from 20/04/2023 to the 27/04/2023"
}
]
},
"parties": [
{
"id": "GB-FTS-37253",
"name": "Rotherham Metropolitan Borough Council",
"identifier": {
"legalName": "Rotherham Metropolitan Borough Council",
"id": "GB173552264"
},
"address": {
"streetAddress": "Riverside House, Main Street",
"locality": "Rotherham",
"region": "UKE31",
"postalCode": "S60 1AE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Karen Middlebrook",
"telephone": "+44 1709334755",
"email": "karen.middlebrook@rotherham.gov.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59849&B=UK"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.rotherham.gov.uk/",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-37254",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "The Royal Courts of Justice, The Strand,",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-123849",
"name": "H W Martin Waste Ltd",
"identifier": {
"legalName": "H W Martin Waste Ltd",
"id": "352838537"
},
"address": {
"streetAddress": "Fordbridge Lane, Blackwell",
"locality": "Alfreton",
"region": "UKF1",
"postalCode": "DE55 5JY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1773860600",
"email": "awebb@hwmartin.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-37253",
"name": "Rotherham Metropolitan Borough Council"
},
"language": "en",
"awards": [
{
"id": "028722-2024-1-1",
"relatedLots": [
"1"
],
"title": "Household Waste Recycling Centres",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123849",
"name": "H W Martin Waste Ltd"
}
]
}
],
"contracts": [
{
"id": "028722-2024-1-1",
"awardID": "028722-2024-1-1",
"title": "Household Waste Recycling Centres",
"status": "active",
"value": {
"amount": 4425205.84,
"currency": "GBP"
},
"dateSigned": "2024-08-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}