Tender

Provision of Dry Mixed Recycling Services and Haulage

SOUTH OXFORDSHIRE DISTRICT COUNCIL

This public procurement record has 3 releases in its history.

Tender

17 Oct 2025 at 13:56

PlanningUpdate

04 Apr 2025 at 12:35

Planning

04 Apr 2025 at 12:13

Summary of the contracting process

South Oxfordshire District Council, alongside Vale of White Horse District Council, is initiating a tender for the "Provision of Dry Mixed Recycling Services and Haulage." This procurement is situated in the United Kingdom, specifically in the region of UKJ14. The tender process is currently active at the tender stage, with key deadlines including a submission deadline of 1pm on 25 November 2025. Prospective suppliers must submit their tender applications via the Proactis portal. The procurement is conducted under an open procedure and seeks services related to refuse recycling, with contracts to take effect from 29 June 2026 following the expiration of an existing arrangement on 28 June 2026. The current opportunity is valued at approximately £32 million, with a gross amount of £38.4 million, and the initial contract period is set for eight years with a potential extension.

This tender represents a substantial opportunity for businesses involved in recycling services, haulage, and management of dry mixed recyclables. The Councils are interested in both existing Material Recovery Facility (MRF) operators and suppliers capable of bids on a merchant basis that include the management of all specified services. Ideal candidates are those with the operational capacity to handle significant volumes of recyclables and offer effective solutions for waste separation and reprocessing. For small to medium-sized enterprises, this provides an excellent opportunity to establish or expand their footprint in the recycling sector, particularly given the scope for performance-based income through a structured pricing schedule linked to material sales and managed by the LetsRecycle pricing index.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Dry Mixed Recycling Services and Haulage

Notice Description

South Oxfordshire District Council and Vale of White Horse District Council (the Councils) as second tier Waste Collection Authorities operate a shared household waste and recycling collection service. This is currently contracted out to a waste collection company whose material sorting arm accepts the Dry Mixed Recycling (DMR) material at its Material Recovery Facility (MRF). The DMR is fully co-mingled in line with the Governments Core Materials Set. That means that all recycling other than food and garden waste are collected within the same receptacle from households. The current contractual arrangements for this service is due to expire on 28 June 2026. This procurement concerns the proposed award of a new contract to a suitable Supplier that is intended to replace/succeed the existing arrangements which is anticipated to commence from Monday 29 June 2026. This proposed contract is for the transport of the Councils' DMR from the Waste Transfer Station to a MRF for separation and onward sale to the markets for re-processing. Under the proposed contract the Councils require that the DMR be collected from the Waste Transfer Station. The Councils will not be supplying vehicles for this purpose and it will be the responsibility of the successful Supplier to secure suitable vehicles for the provision of this service. The Waste Transfer Station is operated by FCC Recycling (UK) Limited, who the Councils hold a contract with for receiving DMR and making it available to Hauliers. The Waste Transfer Station is located at Appleford Sidings, OX14 4PW. Once the DMR has been picked up from the Waste Transfer Station and transported to a MRF the successful Supplier will be responsible for ensuring that all the recyclable materials received at the MRF or MRFs will then be separated out into the key material types and sold onto re-processing markets. The Councils are open to bids from existing MRF operators and will also consider bids on a merchant basis. For merchant bids the Supplier remains responsible for all aspects within the specification and should note that a full audit trail of the material will be required. Under this contract the successful Supplier will be required to separate out the maximum amount of DMR received and pass this on to re-processors, minimising the amount of recyclate sent for disposal. A split from the sale of materials, as described within the Pricing Schedule, will be passed on by the Supplier to the Councils. It will track the LetsRecycle pricing index. The Councils are in the top 5 in the country for recycling performance and have been so for over a decade. The recyclate in scope for this contract is, in comparison to many other local authorities, low in contaminants. Total annual tonnages are circa 27,000. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023. The Councils will use the online Proactis portal at [https://sebp.due-north.com] (the Portal) to make associated tender documents available to suppliers. Suppliers wishing to participate in this procurement process are required to submit their completed Procurement Specific Questionnaire (PSQ) and Tenders through the Portal by 1pm on 25 November 2025. The following associated tender documents are being made available with the publication of this tender notice (via the Portal) to provide further information about the procurement process: * Tender Notice * PSQ; * Invitation to Tender (ITT and appendices); * Contract; The technical specification for this opportunity can be accessed via the Portal. Suppliers are referred to the associated tender documents which set out the conditions of participation and detailed award criteria (including sub-criteria) applicable to this procurement process

Lot Information

Lot 1

Renewal: The contract is for an initial term of 8 years (with a break clause at year 4). There is also an option to extend the Expiry Date by a period or periods of up to eight (8) years

Planning Information

The Authorities have published pre-market engagement questions with a response deadline of 5pm 17th April 2025. There will not be an extension beyond that time, nor will any clarifications be issued or dialogue entered into. The link to the opportunity to take part in the preliminary market engagement is as follows https://procontract.due-north.com/Procurer/Advert/View?advertId=d5c48ef8-5011-f011-8136-005056b64545&fromAdvertEvent=True

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fd53
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066379-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34144511 - Refuse-collection vehicles

34144512 - Refuse-compaction vehicles

34144700 - Utility vehicles

42914000 - Recycling equipment

45213270 - Construction works for recycling station

90514000 - Refuse recycling services

Notice Value(s)

Tender Value
£32,000,000 £10M-£100M
Lots Value
£32,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Oct 20254 months ago
Submission Deadline
25 Nov 2025Expired
Future Notice Date
15 May 2025Expired
Award Date
Not specified
Contract Period
28 Jun 2026 - 28 Jun 2034 Over 5 years
Recurrence
2041-01-28

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SOUTH OXFORDSHIRE DISTRICT COUNCIL
Additional Buyers

VALE OF WHITE HORSE DISTRICT 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
ABINGDON
Postcode
OX14 3JE
Post Town
Oxford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ14 Oxfordshire CC
Delivery Location
TLJ14 Oxfordshire CC

Local Authority
Vale of White Horse
Electoral Ward
Abingdon Abbey Northcourt
Westminster Constituency
Oxford West and Abingdon

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-04fd53-2025-10-17T14:56:33+01:00",
    "date": "2025-10-17T14:56:33+01:00",
    "ocid": "ocds-h6vhtk-04fd53",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PRWZ-2743-VQTG",
            "name": "South Oxfordshire District Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRWZ-2743-VQTG"
            },
            "address": {
                "streetAddress": "Abbey House, Abbey Close",
                "locality": "Abingdon",
                "postalCode": "OX14 3JE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "email": "procurement@southandvale.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southoxon.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PWHP-7869-DZXD",
            "name": "Vale of White Horse District Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWHP-7869-DZXD"
            },
            "address": {
                "streetAddress": "Abbey House, Abbey Close",
                "locality": "Abingdon",
                "postalCode": "OX14 3JE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "email": "procurement@southandvale.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.whitehorsedc.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRWZ-2743-VQTG",
        "name": "South Oxfordshire District Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Authorities have published pre-market engagement questions with a response deadline of 5pm 17th April 2025. There will not be an extension beyond that time, nor will any clarifications be issued or dialogue entered into. The link to the opportunity to take part in the preliminary market engagement is as follows https://procontract.due-north.com/Procurer/Advert/View?advertId=d5c48ef8-5011-f011-8136-005056b64545&fromAdvertEvent=True",
                "dueDate": "2025-04-17T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "013083-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013083-2025",
                "datePublished": "2025-04-04T13:13:50+01:00",
                "format": "text/html"
            },
            {
                "id": "013097-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013097-2025",
                "datePublished": "2025-04-04T13:35:12+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P-00001025",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Dry Mixed Recycling Services and Haulage",
        "description": "South Oxfordshire District Council and Vale of White Horse District Council (the Councils) as second tier Waste Collection Authorities operate a shared household waste and recycling collection service. This is currently contracted out to a waste collection company whose material sorting arm accepts the Dry Mixed Recycling (DMR) material at its Material Recovery Facility (MRF). The DMR is fully co-mingled in line with the Governments Core Materials Set. That means that all recycling other than food and garden waste are collected within the same receptacle from households. The current contractual arrangements for this service is due to expire on 28 June 2026. This procurement concerns the proposed award of a new contract to a suitable Supplier that is intended to replace/succeed the existing arrangements which is anticipated to commence from Monday 29 June 2026. This proposed contract is for the transport of the Councils' DMR from the Waste Transfer Station to a MRF for separation and onward sale to the markets for re-processing. Under the proposed contract the Councils require that the DMR be collected from the Waste Transfer Station. The Councils will not be supplying vehicles for this purpose and it will be the responsibility of the successful Supplier to secure suitable vehicles for the provision of this service. The Waste Transfer Station is operated by FCC Recycling (UK) Limited, who the Councils hold a contract with for receiving DMR and making it available to Hauliers. The Waste Transfer Station is located at Appleford Sidings, OX14 4PW. Once the DMR has been picked up from the Waste Transfer Station and transported to a MRF the successful Supplier will be responsible for ensuring that all the recyclable materials received at the MRF or MRFs will then be separated out into the key material types and sold onto re-processing markets. The Councils are open to bids from existing MRF operators and will also consider bids on a merchant basis. For merchant bids the Supplier remains responsible for all aspects within the specification and should note that a full audit trail of the material will be required. Under this contract the successful Supplier will be required to separate out the maximum amount of DMR received and pass this on to re-processors, minimising the amount of recyclate sent for disposal. A split from the sale of materials, as described within the Pricing Schedule, will be passed on by the Supplier to the Councils. It will track the LetsRecycle pricing index. The Councils are in the top 5 in the country for recycling performance and have been so for over a decade. The recyclate in scope for this contract is, in comparison to many other local authorities, low in contaminants. Total annual tonnages are circa 27,000. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023. The Councils will use the online Proactis portal at [https://sebp.due-north.com] (the Portal) to make associated tender documents available to suppliers. Suppliers wishing to participate in this procurement process are required to submit their completed Procurement Specific Questionnaire (PSQ) and Tenders through the Portal by 1pm on 25 November 2025. The following associated tender documents are being made available with the publication of this tender notice (via the Portal) to provide further information about the procurement process: * Tender Notice * PSQ; * Invitation to Tender (ITT and appendices); * Contract; The technical specification for this opportunity can be accessed via the Portal. Suppliers are referred to the associated tender documents which set out the conditions of participation and detailed award criteria (including sub-criteria) applicable to this procurement process",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144511",
                        "description": "Refuse-collection vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144512",
                        "description": "Refuse-compaction vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144700",
                        "description": "Utility vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42914000",
                        "description": "Recycling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213270",
                        "description": "Construction works for recycling station"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90514000",
                        "description": "Refuse recycling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-06-29T00:00:00+01:00",
                    "endDate": "2034-06-28T23:59:59+01:00",
                    "maxExtentDate": "2042-06-28T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 38400000,
                    "amount": 32000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Material recovery facility - 4% Collecting soft plastics - 2% Future changes in materials - 2% Contingency - 3% Climate - 2% Health and Safety 1 - 3% Health and Safety 2 - 3% Social Value - 3% Method Statement 1: Effective scheduling, communication and minimising disruption - 5% Method Statement 2: Transportation of DMR and route planning - 3% Method Statement 3: Processing of DMR to separate out target materials - 5% Method Statement 4: Sale of target materials to the reprocessing market - 5%",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "The monthly payment shall be calculated in accordance with the following formula: Total per tonne haulage cost plus the total per tonne Gate Fee plus the per tonne disposal of the Reject Stream minus the percentage agreed from bid for material sales minus performance deductions for KPI failures.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The conditions of participation in relation to legal and financial capacity are set out in the PSQ documents made available with this Tender Notice which can be accessed via the Portal."
                        },
                        {
                            "type": "technical",
                            "description": "The conditions of participation in relation to technical ability are set out in the ITT Document which can be accessed via the Portal. Suppliers wishing to participate in this procurement must submit a completed PSQ and Tender response through the Portal by 25 November 2025 1pm."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "renewal": {
                    "description": "The contract is for an initial term of 8 years (with a break clause at year 4). There is also an option to extend the Expiry Date by a period or periods of up to eight (8) years"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-15T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "013097-2025",
                "description": "The link to the opportunity on ProContract has been updated"
            }
        ],
        "value": {
            "amountGross": 38400000,
            "amount": 32000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Submissions must be by way of completion and submission of the a completed PSQ response and Tender response electronically via the Proactis portal which can be accessed here: https://sebp.due-north.com. The PSQ and Tender submission must be in accordance with the requirements set out in the ITT documents) by the Tender submission deadline (referred to above). The Councils reserve the right not to accept PSQ responses and/or Tenders that are received after the deadline. Suppliers are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-25T13:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-30T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-02-20T23:59:59Z"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "Haulage makes up a very minor element of the overall DMR contract requirements. Dividing into lots would make them not economically viable."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "066379-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066379-2025",
                "datePublished": "2025-10-17T14:56:33+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2041-01-28T23:59:59Z"
                }
            ]
        },
        "riskDetails": "As Suppliers will be aware, there a number of changes/schemes that are in consultation and/or to be introduced in the waste sector in the near future. However, the impact of such matters is unknown. The Councils consider that the following are known risks which, if they were to materialise, could jeopardise the satisfactory performance of the contract for the Councils but that, due to their nature, they cannot be addressed in the contract as awarded. As such, the occurrence of all or any of these risks may necessitate a subsequent modification to the contract under paragraph 5 of Schedule 8 to the Procurement Act 2023. 1. The implementation of the Simpler Recycling in England policy, Extended Producer Responsibility for Packaging (pEPR) and introduction of a Deposit Return Scheme (DRS). 2. The requirement under the 1990 Environment Act and other related provisions to carry out a Technical, Economic, Environmental, Practicable (TEEP) assessment. The Councils anticipate undertaking another TEEP assessment during the lifetime of the contract. The extent and impact changes required following the TEEP Assessment will not be known at the commencement of the contract but it is anticipated that further information in relation to the impact of this known risk will be available during the lifetime of the contract. 3. During the lifetime of the contract changes to LetsRecycle market-led indexes may be made and the contract may need to be varied to reflect these changes. 4. An infrastructure collapse could occur in a domestic market/solution which may mean that trading material to a destination may be restricted or stopped entirely. 5. There may be an overseas market failure, which the supplier will have no control over and this may mean that the preferred export destination is restricted or cannot be utilised impacting on the ability for products to be sold. 6. Finally, the Councils are subject to the English Devolution White Paper which will lead to local government re-organisation potentially during the term of this contract. This has now moved on to proposals in the English Devolution and Community Empowerment Bill. This risk is defined as a known unknown risk as we do not yet understand the implications of that potential re-organisation for the contract. Please see Schedule 4 to the Contract for further information"
    },
    "language": "en"
}