Award

Management of Rotherham's Household Waste Recycling Centres (HWRCs)

ROTHERHAM METROPOLITAN BOROUGH COUNCIL

This public procurement record has 3 releases in its history.

Award

09 Sep 2024 at 09:04

TenderUpdate

31 Mar 2023 at 17:39

Tender

14 Mar 2023 at 23:39

Summary of the contracting process

The public procurement process for the management of Rotherham's Household Waste Recycling Centres (HWRCs) has been completed. This procurement was conducted by Rotherham Metropolitan Borough Council, a regional authority in Rotherham, United Kingdom. The contract, valued at £4,425,205.84, encompasses waste-tip management services with a focus on re-use and repair elements, in line with the Environmental Protection Act 1990. The procurement followed an open procedure and the contract was awarded to H W Martin Waste Ltd on 1 August 2024. The contract duration is five years with a potential two-year extension, and the council plans to insource the front-facing service by 28 October 2026. The services will be carried out in the Borough of Rotherham, region UKE31.

This tender presents substantial opportunities for businesses specialising in environmental services, waste management, and related sectors. Companies able to manage recycling centres, comply with waste management licences, and offer innovative recycling solutions would be well-suited to compete. In addition, businesses that can contribute to the Council's goal of enhancing re-use and repair capabilities and provide cost-effective transport, recycling, and disposal solutions will find lucrative pathways for growth. The contracted services also include infrastructure provisions, which offer further opportunities for businesses supplying equipment like cabins, skips, and plant machinery.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

H W MARTIN WASTE

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-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
            }
        ]
    }
}