Notice Information
Notice Title
Mixed Dry Recyclate Treatment Service
Notice Description
A trial is to be conducted to collect glass co-mingled with the other materials already collected in the green bin. This will allow the Council to make a timely and accurate assessment of the impact of collecting glass in this way, to inform a longer-term strategy for the best way to collect and recycle glass. In a way that considers issues such as the amount of household glass that is recovered for remelt, the extent to which other materials are affected by the glass and the customer's view on if this makes recycling at home simpler.
Lot Information
Lot 1
This trial will allow the service to conduct a trial to co-mingle glass at the kerbside and access immediate savings generated both financially, environmentally and in terms of carbon reduction. Utilising the trial and allowing the impacts of DRS and EPR to become more clearly defined by the government and industry to a point where the eventual re-procurement can be undertaken safely in the full knowledge of what is expected to be collected (as a result of DRS) and what funding will be in place (through EPR).
Options: To award a contract for 2 years, commencing on 1st August 2024, with the provision for a further 2 year extension.
Procurement Information
a) In making this modification the above conditions of Regulation 32 (2b) (ii) are deemed to be satisfied for the following reasons: (i) HW Martin already have a contract with the Council until 2025 and it does not make economic nor technical sense to engage with another supplier for the 2 + 2 year trial period. When clear financial savings and carbon reductions can be realised immediately. (ii) The Council would need to be compliant with regards to the collection requirements from March 2026. By awarding a contract, the Council becomes compliant in readiness for the date implementation mandated by legislation. (iii) Any other disposal point would have to have spare capacity available to take the waste, in addition to alternative disposal points would need to be modelled extensively which may increase costs in terms of extra Officer time, vehicles, crews and other costs to the Council. The process of carrying out a contract tender process would also cause significant inconvenience and duplication of costs when provision can be obtained from the incumbent provider. (iv) To fully assess the implications of the changes required by the Council while looking at any funding opportunities arising from EPR. This trial enables the Council to do that at no cost and furthermore, at a saving.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044ca2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009703-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90513100 - Household-refuse disposal services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £8,600,000 £1M-£10M
Notice Dates
- Publication Date
- 25 Mar 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 22 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LEEDS CITY COUNCIL - PACS
- Contact Name
- Rachael Grimes
- Contact Email
- rachael.grimes@leeds.gov.uk
- Contact Phone
- +44 1133785883
Buyer Location
- Locality
- LEEDS
- Postcode
- LS1 1UR
- Post Town
- Leeds
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE42 Leeds
- Delivery Location
- TLE42 Leeds
-
- Local Authority
- Leeds
- Electoral Ward
- Little London & Woodhouse
- Westminster Constituency
- Leeds Central and Headingley
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-044ca2-2024-03-25T16:24:07Z",
"date": "2024-03-25T16:24:07Z",
"ocid": "ocds-h6vhtk-044ca2",
"description": "It is proposed that regulation 32 (2) (b) (ii) of the Public Contracts Regulations 2015 is used to Award a contract as set out in the terms below: (2) The negotiated procedure without prior publication may be used for public works contracts, public supply contracts and public service contracts in any of the following cases:- (b) where the works, supplies or services can be supplied only by a particular economic operator for any of the following reasons:- (ii) competition is absent for technical reasons, a) In making this modification the above conditions of Regulation 32 (2b) (ii) are deemed to be satisfied for the following reasons: (i) HW Martin already have a contract with the Council until 2025 and it does not make economic nor technical sense to engage with another supplier for the 2 + 2 year trial period. When clear financial savings and carbon reductions can be realised immediately. (ii) The Council would need to be compliant with regards to the collection requirements from March 2026. By awarding a contract, the Council becomes compliant in readiness for the date implementation mandated by legislation. (iii) Any other disposal point would have to have spare capacity available to take the waste, in addition to alternative disposal points would need to be modelled extensively which may increase costs in terms of extra Officer time, vehicles, crews and other costs to the Council. The process of carrying out a contract tender process would also cause significant inconvenience and duplication of costs when provision can be obtained from the incumbent provider. (iv) To fully assess the implications of the changes required by the Council while looking at any funding opportunities arising from EPR. This trial enables the Council to do that at no cost and furthermore, at a saving.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-044ca2",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Mixed Dry Recyclate Treatment Service",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90513100",
"description": "Household-refuse disposal services"
},
"mainProcurementCategory": "services",
"description": "A trial is to be conducted to collect glass co-mingled with the other materials already collected in the green bin. This will allow the Council to make a timely and accurate assessment of the impact of collecting glass in this way, to inform a longer-term strategy for the best way to collect and recycle glass. In a way that considers issues such as the amount of household glass that is recovered for remelt, the extent to which other materials are affected by the glass and the customer's view on if this makes recycling at home simpler.",
"lots": [
{
"id": "1",
"description": "This trial will allow the service to conduct a trial to co-mingle glass at the kerbside and access immediate savings generated both financially, environmentally and in terms of carbon reduction. Utilising the trial and allowing the impacts of DRS and EPR to become more clearly defined by the government and industry to a point where the eventual re-procurement can be undertaken safely in the full knowledge of what is expected to be collected (as a result of DRS) and what funding will be in place (through EPR).",
"hasOptions": true,
"options": {
"description": "To award a contract for 2 years, commencing on 1st August 2024, with the provision for a further 2 year extension."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90513100",
"description": "Household-refuse disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE42"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"reviewDetails": "The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in I.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the correct implementation of a 10 day standstill period and publication of appropriate notices the court may only award damages once the contract has been entered into.",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "a) In making this modification the above conditions of Regulation 32 (2b) (ii) are deemed to be satisfied for the following reasons: (i) HW Martin already have a contract with the Council until 2025 and it does not make economic nor technical sense to engage with another supplier for the 2 + 2 year trial period. When clear financial savings and carbon reductions can be realised immediately. (ii) The Council would need to be compliant with regards to the collection requirements from March 2026. By awarding a contract, the Council becomes compliant in readiness for the date implementation mandated by legislation. (iii) Any other disposal point would have to have spare capacity available to take the waste, in addition to alternative disposal points would need to be modelled extensively which may increase costs in terms of extra Officer time, vehicles, crews and other costs to the Council. The process of carrying out a contract tender process would also cause significant inconvenience and duplication of costs when provision can be obtained from the incumbent provider. (iv) To fully assess the implications of the changes required by the Council while looking at any funding opportunities arising from EPR. This trial enables the Council to do that at no cost and furthermore, at a saving."
},
"awards": [
{
"id": "009703-2024-1",
"relatedLots": [
"1"
],
"title": "Mixed Dry Recyclate Treatment Service",
"status": "active",
"suppliers": [
{
"id": "GB-COH-03843329",
"name": "H W Martin Waste Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-8828",
"name": "Leeds City Council - PACS",
"identifier": {
"legalName": "Leeds City Council - PACS",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Civic Hall",
"locality": "Leeds",
"region": "UKE42",
"postalCode": "LS11UR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Rachael Grimes",
"telephone": "+44 1133785883",
"email": "rachael.grimes@leeds.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.leeds.gov.uk",
"buyerProfile": "https://yortender.eu-supply.com/login.asp?B=YORTENDER",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-COH-03843329",
"name": "H W Martin Waste Ltd",
"identifier": {
"legalName": "H W Martin Waste Ltd",
"id": "03843329",
"scheme": "GB-COH"
},
"address": {
"locality": "Alfreton",
"region": "UKF1",
"postalCode": "DE55 5JY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-109034",
"name": "The Hight Court of Justice",
"identifier": {
"legalName": "The Hight Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-8828",
"name": "Leeds City Council - PACS"
},
"contracts": [
{
"id": "009703-2024-1",
"awardID": "009703-2024-1",
"title": "Mixed Dry Recyclate Treatment Service",
"status": "active",
"value": {
"amount": 8600000,
"currency": "GBP"
},
"dateSigned": "2024-03-22T00:00:00Z"
}
],
"language": "en"
}