Notice Information
Notice Title
Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services
Notice Description
West Northamptonshire Council (the "Authority) sought one or more suitably qualified and experienced suppliers to deliver the following services: Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services. The scope of the services was further detailed in the procurement documents made available on the publication of the contract notice and these procurement documents were further refined during the procurement process. The scope of the services may change during the life of the eventual contracts. Where the nature of any change was known to the Authority then this was detailed in the procurement documents. The procurement was undertaken using the competitive dialogue procedure under the Public Contracts Regulations 2015. The procurement was divided into three (3) Lots: Lot 1: Treatment & Disposal of Residual Waste ("Residual Service"); Lot 2: Management of Household Waste Recycling Centre Services ("HWRC Service"); and Lot 3: Treatment & Disposal of Residual Waste and; Management of Household Waste Recycling Centre Services. A separate contract was to be entered into for each of the Residual Service and HWRC Service, even if the same bidder was appointed to both services. Lot 3 was included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they were awarded both services. It was not an option for a combined service and if awarded would still have resulted in two separate contracts. Bidders were able to submit a tender for one or both of Lot 1 and Lot 2. Bidders could only submit for Lot 3 where they submitted for Lot 1 and Lot 2 or where they submitted for only one of Lot 1 or Lot 2 but submitted a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2. The procurement documents set out the approach to managing the Lots with final award to be made in accordance with the award criteria. If Lot 3 was awarded, then Lots 1 and 2 would not be awarded (and vice versa). By applying the award criteria, the Authority awarded Lots 1 and 2. Lot 3 was abandoned at award stage with no award made. The figures included for overall and Lot specific values of the procurement correspondence to the original estimated values contained within the contract notice. The contracts for each of Lot 1 and Lot 2 contain a mix of fixed and variable sums payable and so it is not possible to include a fixed value of the contracts. The variable elements relate to tonnages of relevant contract waste and no guarantee is given on volume or composition. As per the contract notice, the values stated in this notice exclude VAT and indexation.
Lot Information
Treatment & Disposal of Residual Waste
To accept and treat residual municipal waste collected by the Authority including (without limitation) kerbside collected, bulky waste, household waste recycling centre waste, fly-tipping and persistent organic pollutants. To operate Brackmills Waste Transfer Station as a Delivery Point for residual waste, and to arrange for the haulage of waste from Brackmills and two other Delivery Points within West Northamptonshire to the treatment destinations. The location of delivery points may change during the term. The contract is an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition. At contract notice and considering the existing service scope, options to expand service scope and the maximum term, the Authority estimated a total valuation at PS162,000,000 with an estimated average spend per annum over the full term of approximately PS10,000,000 (not to be taken as the budget for year 1 of delivery). The estimated annual spend was based on forecast tonnages and estimated gate fees. The actual spend will be dependent on tendered gate fees, inflation and actual tonnages The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Options: The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Renewal: The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10
Management of Household Waste Recycling Centre ServicesTo manage the household waste recycling centre (HWRC) services, currently provided at 6 locations within West Northamptonshire, and arrange for the treatment of waste collected from the sites, with the exception of residual waste which will be treated under a separate contract. The services also include maximising the capture and resale of reusable materials collected at the HWRCs and via the bulky kerbside service. The Authority reserved the right to remove the reuse element during the procurement but did not exercise this right. Not guarantee is given on tonnage or composition. At contract notice and considering the existing service scope, options to expand service scope and the maximum term, the Authority estimated a total valuation of PS75,000,000 with an estimated average spend per annum over the full term of PS5,000,000 (not to be taken as the budget for year 1 of delivery). At contract award, as noted above it is not possible to give a fixed contract value but the award is within scope of the estimated value of the procurement. The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Options: The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Renewal: The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre ServicesLot 3 has been included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they are awarded both services. It is not intended as an option for providing a combined service and the Authority would still award two separate contracts. For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services. Bidders should note that they may submit for one or both of Lots 1 and 2. A bidder may only submit for Lot 3 where they have submitted for Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2. Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. Final award will be made in accordance with the award criteria and evaluation approach set out in the procurement documents. If Lot 3 is awarded, then Lots 1 and 2 will not be awarded (and vice versa). The service scope for Lot 3 is as detailed for Lots 1 and 2 above. Considering the existing service scope of the procurement, the options to expand service scope and the maximum term, the Authority has estimated the total procurement valuation to be: Lot 3: Treatment & Disposal of Residual Waste and Operation of Household Waste Recycling Centres - PS237,000,000 (being the combined value of Lots 1 and 2). From that total valuation the estimated average spend per annum over the full term is approximately: Lot 3: Treatment & Disposal of Residual Waste and Operation of Household Waste Recycling Centres - PS15,000,000 (note: the average spend in the above paragraph should not be taken as the budget value for year 1 of delivery) All values exclude VAT and indexation. The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Options: As noted above, the Authority will have a break option
Renewal: The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044414
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018555-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
90510000 - Refuse disposal and treatment
90530000 - Operation of a refuse site
Notice Value(s)
- Tender Value
- £237,000,000 £100M-£1B
- Lots Value
- £474,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £237,000,000 £100M-£1B
Notice Dates
- Publication Date
- 1 May 20259 months ago
- Submission Deadline
- 2 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Mar 202511 months ago
- Contract Period
- 31 Mar 2025 - 31 Mar 2040 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST NORTHAMPTONSHIRE COUNCIL
- Contact Name
- Claire Baker
- Contact Email
- procurement@westnorthants.gov.uk
- Contact Phone
- +44 3001267000
Buyer Location
- Locality
- NORTHAMPTON
- Postcode
- NN1 1DE
- Post Town
- Northampton
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF2 Leicestershire, Rutland and Northamptonshire
- Small Region (ITL 3)
- TLF24 West Northamptonshire
- Delivery Location
- TLF24 West Northamptonshire
-
- Local Authority
- West Northamptonshire
- Electoral Ward
- Castle
- Westminster Constituency
- Northampton North
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-044414-2025-05-01T16:24:32+01:00",
"date": "2025-05-01T16:24:32+01:00",
"ocid": "ocds-h6vhtk-044414",
"initiationType": "tender",
"tender": {
"id": "WNC00000381",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"description": "West Northamptonshire Council (the \"Authority) sought one or more suitably qualified and experienced suppliers to deliver the following services: Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services. The scope of the services was further detailed in the procurement documents made available on the publication of the contract notice and these procurement documents were further refined during the procurement process. The scope of the services may change during the life of the eventual contracts. Where the nature of any change was known to the Authority then this was detailed in the procurement documents. The procurement was undertaken using the competitive dialogue procedure under the Public Contracts Regulations 2015. The procurement was divided into three (3) Lots: Lot 1: Treatment & Disposal of Residual Waste (\"Residual Service\"); Lot 2: Management of Household Waste Recycling Centre Services (\"HWRC Service\"); and Lot 3: Treatment & Disposal of Residual Waste and; Management of Household Waste Recycling Centre Services. A separate contract was to be entered into for each of the Residual Service and HWRC Service, even if the same bidder was appointed to both services. Lot 3 was included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they were awarded both services. It was not an option for a combined service and if awarded would still have resulted in two separate contracts. Bidders were able to submit a tender for one or both of Lot 1 and Lot 2. Bidders could only submit for Lot 3 where they submitted for Lot 1 and Lot 2 or where they submitted for only one of Lot 1 or Lot 2 but submitted a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2. The procurement documents set out the approach to managing the Lots with final award to be made in accordance with the award criteria. If Lot 3 was awarded, then Lots 1 and 2 would not be awarded (and vice versa). By applying the award criteria, the Authority awarded Lots 1 and 2. Lot 3 was abandoned at award stage with no award made. The figures included for overall and Lot specific values of the procurement correspondence to the original estimated values contained within the contract notice. The contracts for each of Lot 1 and Lot 2 contain a mix of fixed and variable sums payable and so it is not possible to include a fixed value of the contracts. The variable elements relate to tonnages of relevant contract waste and no guarantee is given on volume or composition. As per the contract notice, the values stated in this notice exclude VAT and indexation.",
"value": {
"amount": 237000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "Treatment & Disposal of Residual Waste (Lot 1), Management of Household Waste Recycling Centre Services (Lot 2) or combined Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services (Lot 3). As outlined above, where Lot 3 is awarded, then Lots 1 and 2 will not be awarded (and vice versa)."
},
"lots": [
{
"id": "1",
"title": "Treatment & Disposal of Residual Waste",
"description": "To accept and treat residual municipal waste collected by the Authority including (without limitation) kerbside collected, bulky waste, household waste recycling centre waste, fly-tipping and persistent organic pollutants. To operate Brackmills Waste Transfer Station as a Delivery Point for residual waste, and to arrange for the haulage of waste from Brackmills and two other Delivery Points within West Northamptonshire to the treatment destinations. The location of delivery points may change during the term. The contract is an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition. At contract notice and considering the existing service scope, options to expand service scope and the maximum term, the Authority estimated a total valuation at PS162,000,000 with an estimated average spend per annum over the full term of approximately PS10,000,000 (not to be taken as the budget for year 1 of delivery). The estimated annual spend was based on forecast tonnages and estimated gate fees. The actual spend will be dependent on tendered gate fees, inflation and actual tonnages The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.",
"value": {
"amount": 162000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2040-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10"
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The Authority intends to invite six (6) bidders to the dialogue stage. The bidders invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring bidders in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than six (6) bidders being taken forward - and in the event that there are fewer than six (6) bidders meeting the Authority's requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality including Social Value",
"type": "quality",
"description": "35"
},
{
"type": "price",
"description": "65"
}
]
}
},
{
"id": "2",
"title": "Management of Household Waste Recycling Centre Services",
"description": "To manage the household waste recycling centre (HWRC) services, currently provided at 6 locations within West Northamptonshire, and arrange for the treatment of waste collected from the sites, with the exception of residual waste which will be treated under a separate contract. The services also include maximising the capture and resale of reusable materials collected at the HWRCs and via the bulky kerbside service. The Authority reserved the right to remove the reuse element during the procurement but did not exercise this right. Not guarantee is given on tonnage or composition. At contract notice and considering the existing service scope, options to expand service scope and the maximum term, the Authority estimated a total valuation of PS75,000,000 with an estimated average spend per annum over the full term of PS5,000,000 (not to be taken as the budget for year 1 of delivery). At contract award, as noted above it is not possible to give a fixed contract value but the award is within scope of the estimated value of the procurement. The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.",
"value": {
"amount": 75000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2040-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10."
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "The Authority intends to invite four (4) bidders to the dialogue stage. The bidders invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring bidders in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than four (4) bidders being taken forward - and in the event that there are fewer than four (4) bidders meeting the Authority's requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality including Social Value",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
},
{
"id": "3",
"title": "Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services",
"description": "Lot 3 has been included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they are awarded both services. It is not intended as an option for providing a combined service and the Authority would still award two separate contracts. For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services. Bidders should note that they may submit for one or both of Lots 1 and 2. A bidder may only submit for Lot 3 where they have submitted for Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2. Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. Final award will be made in accordance with the award criteria and evaluation approach set out in the procurement documents. If Lot 3 is awarded, then Lots 1 and 2 will not be awarded (and vice versa). The service scope for Lot 3 is as detailed for Lots 1 and 2 above. Considering the existing service scope of the procurement, the options to expand service scope and the maximum term, the Authority has estimated the total procurement valuation to be: Lot 3: Treatment & Disposal of Residual Waste and Operation of Household Waste Recycling Centres - PS237,000,000 (being the combined value of Lots 1 and 2). From that total valuation the estimated average spend per annum over the full term is approximately: Lot 3: Treatment & Disposal of Residual Waste and Operation of Household Waste Recycling Centres - PS15,000,000 (note: the average spend in the above paragraph should not be taken as the budget value for year 1 of delivery) All values exclude VAT and indexation. The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.",
"value": {
"amount": 237000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2040-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10."
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "The Authority intends to invite only potential bidders who have qualified for both Lot 1 and Lot 2 and who have also submitted a Lot 3 request to participate to the dialogue stage for Lot 3. Lot 3 potential bidders will pre-qualify for this Lot 3 on the basis that they have pre-qualified for each of Lot 1 and Lot 2. The SQ further details the rules that will apply here. These may result in more than four (4) potential bidders being taken forward where this is the outcome of Lot 1 and Lot 2 shortlisting and as a result of any consortium or joint venture proposals."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "As noted above, the Authority will have a break option"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
}
],
"deliveryAddresses": [
{
"region": "UKF24"
},
{
"region": "UKF24"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Brackmills - Lilliput Road, Brackmills Industrial Estate, Northampton, NN4 7JE Daventry - High March Transfer Station, Contracts House, High March, Daventry NN11 4HB South - Helmdon Blackpitts Waste Transfer Station, NN13 5QD."
}
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
}
],
"deliveryAddresses": [
{
"region": "UKF24"
},
{
"region": "UKF24"
}
],
"relatedLot": "2",
"deliveryLocation": {
"description": "Brixworth Scaldwell Road, Brixworth, Northants NN6 9YE Daventry Browns Road, Daventry, Northants NN11 4NS Ecton Lower Ecton Lane, Northants NN3 5HQ Sixfields Walter Tull Road, Northampton NN5 5QL Towcester Old Greens Norton Road, Towcester, Northants NN12 8AX Farthinghoe Farthinghoe Recycling and Reuse Centre, Brackley, Northants NN13 5PB"
}
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
}
],
"deliveryAddresses": [
{
"region": "UKF24"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/wnc/aspx/Home",
"communication": {
"atypicalToolUrl": "https://in-tendhost.co.uk/wnc/aspx/Home"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-04-02T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"reviewDetails": "The Authority observed a standstill period in accordance with the Public Contracts Regulations 2015 following notification of intention to award. The Public Contracts Regulations 2015 sets out the remedies regime applicable to this procurement and applicable timescales."
},
"parties": [
{
"id": "GB-FTS-106439",
"name": "West Northamptonshire Council",
"identifier": {
"legalName": "West Northamptonshire Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "The Guildhall,St. Giles Square",
"locality": "NORTHAMPTON",
"region": "UKF24",
"postalCode": "NN11DE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Claire Baker",
"telephone": "+44 3001267000",
"email": "procurement@westnorthants.gov.uk",
"url": "https://in-tendhost.co.uk/wnc/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.westnorthants.gov.uk",
"buyerProfile": "https://in-tendhost.co.uk/wnc/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-587",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand, Holborn",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-111659",
"name": "West Northamptonshire Council",
"identifier": {
"legalName": "West Northamptonshire Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "ONE ANGEL SQUARE,ANGEL STREET",
"locality": "NORTHAMPTON",
"region": "UKF24",
"postalCode": "NN11ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Claire Baker",
"telephone": "+44 3001267000",
"email": "procurement@westnorthants.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.westnorthants.gov.uk/",
"buyerProfile": "https://in-tendhost.co.uk/wnc/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-COH-00958007",
"name": "Thalia WB ODC Limited",
"identifier": {
"legalName": "Thalia WB ODC Limited",
"id": "00958007",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "3rd Floor 3-5 Charlotte Street",
"locality": "Manchester",
"region": "UKD33",
"postalCode": "M1 4HB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.thalia.co.uk",
"scale": "large"
}
},
{
"id": "GB-COH-00988844",
"name": "FCC Waste Services (UK) Limited",
"identifier": {
"legalName": "FCC Waste Services (UK) Limited",
"id": "00988844",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "3 Sidings Court White Rose Way",
"locality": "Doncaster",
"region": "UKE31",
"postalCode": "DN4 5NU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.fccenvironment.co.uk",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-111659",
"name": "West Northamptonshire Council"
},
"language": "en",
"description": "Additional information in regard to section V.2.4: Lot 1: Treatment & Disposal of Residual Waste (\"Residual Service\"):- The initial estimated value of the contract PS162,000,000. Actual total value will be determined by actual tonnage treated / disposed. Lot 2: Management of Household Waste Recycling Centre Services (\"HWRC Service\"):- The initial estimated value of the contract PS75,000,000. Actual total value will be determined by a number of variables, including tendered prices, inflation and actual tonnages disposed of via this service.",
"awards": [
{
"id": "018555-2025-1",
"relatedLots": [
"1"
],
"title": "Treatment & Disposal of Residual Waste",
"status": "active",
"suppliers": [
{
"id": "GB-COH-00958007",
"name": "Thalia WB ODC Limited"
}
]
},
{
"id": "018555-2025-2",
"relatedLots": [
"2"
],
"title": "Management of Household Waste Recycling Centre Services",
"status": "active",
"suppliers": [
{
"id": "GB-COH-00988844",
"name": "FCC Waste Services (UK) Limited"
}
]
}
],
"contracts": [
{
"id": "018555-2025-1",
"awardID": "018555-2025-1",
"title": "Treatment & Disposal of Residual Waste",
"status": "active",
"value": {
"amount": 162000000,
"currency": "GBP"
},
"dateSigned": "2025-03-28T00:00:00Z"
},
{
"id": "018555-2025-2",
"awardID": "018555-2025-2",
"title": "Management of Household Waste Recycling Centre Services",
"status": "active",
"value": {
"amount": 75000000,
"currency": "GBP"
},
"dateSigned": "2025-04-16T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "7",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "10",
"measure": "bids",
"relatedLot": "2",
"value": 2
},
{
"id": "8",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "2",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "2",
"value": 2
}
]
}
}