Tender

Haulage and Treatment of Domestic Mixed Recyclables (Container Mix)

WIGAN COUNCIL

This public procurement record has 2 releases in its history.

Tender

18 Aug 2025 at 13:48

Planning

04 Apr 2025 at 13:02

Summary of the contracting process

Wigan Council is currently in the tender stage of procuring services for the haulage and treatment of domestic mixed recyclables, with a contract title "Haulage and Treatment of Domestic Mixed Recyclables (Container Mix)". This opportunity, with a gross value of £7,200,000, is categorised under refuse and waste related services. The contract, which will commence on 1st April 2026, spans an initial three-year term with the possibility of extensions up to six years. The tender process will close on 3rd October 2025, with the enquiry period ending on 19th September 2025. The procurement method used is the competitive flexible procedure, which involves multiple stages including initial tender, demonstration, and final pricing submissions. The main location for delivery is the United Kingdom, and the tender is above the GPA threshold. The industry classification under this tender falls under CPV code 90500000, which pertains to waste management services.

This tender offers a significant opportunity for businesses in the waste management and recycling sectors to expand their operations and secure a long-term partnership with Wigan Council. Companies with expertise in handling mixed recyclable waste streams, particularly those with established treatment facilities, would be well-suited to compete. Small and medium enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are particularly encouraged to participate, given their potential suitability. The council is committed to integrating social value in this contract, providing additional prospects for businesses that align with sustainable practices and provide innovative solutions in waste treatment services. Successful suppliers will benefit from a stable revenue stream over the contract duration and possibly influence the council’s recycling strategy through industry feedback and consultations.

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

Haulage and Treatment of Domestic Mixed Recyclables (Container Mix)

Notice Description

Wigan Council is seeking a suitably qualified and experienced supplier to haul and treat it's mixed recyclables (container mix). The waste stream consists of glass, metal and plastic packaging which has been collected from households at the kerbside. The provider will be expected to have the capacity to handle approximately 18,000 tonnes of mixed recycling per annum, equivalent to 80-90 tonnes per operational day. They will be required to collect the material daily, and ensure it is sorted into separate material streams that meet the necessary standard for use/sale into the recycling sector. The contractor will be responsible for all aspects of the contract: 1) Haulage 2) Waste Acceptance 3) Treatment Facility 4) End Markets and End Use 5) Contact Management and Data Assurance 6) Contingency 7) Social Value The contract is for 6 years consisting of an initial 3-year term and two possible extension of two years and one year respectively.

Lot Information

Lot 1

Renewal: The contract will have an initial 3 year term with two possible extension of 2 years and one year respectively.

Planning Information

Wigan Council are seeking views on procuring the haulage and treatment of its mixed recyclables, with the intention of commencing a new contract in early 2026. The council are considering a medium arrangement 6 years in length, and is interested in seeking views on A) Developing our specification/requirements B) Pricing Structure C) Flexible Terms. D) Performance Indicators (KPIs) E) Social value During the contract period, legislation will come into force requiring local authorities to collect specific items. As part of the evidence gathering we would like to visit material recovery facilities to discuss progress towards meeting these requirement. The engagement will run from 07/04/2025 to 01/07/2025

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fd62
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/049552-2025
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
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
£6,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Aug 20256 months ago
Submission Deadline
3 Oct 2025Expired
Future Notice Date
30 Jun 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WIGAN COUNCIL
Contact Name
Peter Davies
Contact Email
p.davies@wigan.gov.uk
Contact Phone
+44 (0)1942 705129

Buyer Location

Locality
WIGAN
Postcode
WN1 1YN
Post Town
Wigan
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD36 Greater Manchester North West
Delivery Location
Not specified

Local Authority
Wigan
Electoral Ward
Wigan Central
Westminster Constituency
Wigan

Further Information

Notice Documents

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-04fd62-2025-08-18T14:48:28+01:00",
    "date": "2025-08-18T14:48:28+01:00",
    "ocid": "ocds-h6vhtk-04fd62",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCGG-6481-TZPW",
            "name": "Wigan Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCGG-6481-TZPW"
            },
            "address": {
                "streetAddress": "Town Hall",
                "locality": "Wigan",
                "postalCode": "WN1 1YN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD36"
            },
            "contactPoint": {
                "name": "Peter Davies",
                "email": "p.davies@wigan.gov.uk",
                "telephone": "+44 (0)1942 705129"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wigan.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCGG-6481-TZPW",
        "name": "Wigan Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Wigan Council are seeking views on procuring the haulage and treatment of its mixed recyclables, with the intention of commencing a new contract in early 2026. The council are considering a medium arrangement 6 years in length, and is interested in seeking views on A) Developing our specification/requirements B) Pricing Structure C) Flexible Terms. D) Performance Indicators (KPIs) E) Social value During the contract period, legislation will come into force requiring local authorities to collect specific items. As part of the evidence gathering we would like to visit material recovery facilities to discuss progress towards meeting these requirement. The engagement will run from 07/04/2025 to 01/07/2025",
                "dueDate": "2025-06-30T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "013109-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013109-2025",
                "datePublished": "2025-04-04T14:02:30+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN781407",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Haulage and Treatment of Domestic Mixed Recyclables (Container Mix)",
        "description": "Wigan Council is seeking a suitably qualified and experienced supplier to haul and treat it's mixed recyclables (container mix). The waste stream consists of glass, metal and plastic packaging which has been collected from households at the kerbside. The provider will be expected to have the capacity to handle approximately 18,000 tonnes of mixed recycling per annum, equivalent to 80-90 tonnes per operational day. They will be required to collect the material daily, and ensure it is sorted into separate material streams that meet the necessary standard for use/sale into the recycling sector. The contractor will be responsible for all aspects of the contract: 1) Haulage 2) Waste Acceptance 3) Treatment Facility 4) End Markets and End Use 5) Contact Management and Data Assurance 6) Contingency 7) Social Value The contract is for 6 years consisting of an initial 3-year term and two possible extension of two years and one year respectively.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2032-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 7200000,
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price per tonne Haulage Price per tonne treatment",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Haulage",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Waste Acceptance Criteria",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Treatment Facility",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Market and End Use",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contract Management and Quality Assurance",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contingency",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Demonstration",
                            "description": "Site Visit and Presentation",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The bidder, and their Associated Persons identified for this contract, must provide responses to a series of Mandatory and Discretionary Exclusion questions as part of their core supplier information on Find a Tender (Central Digital Platform). Responses will be assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation. Evidence of financial stability assessed in line with the supplier suitability assessment in the Invitation to Tender documentation. Evidence of financial stability of parent company or third party guarantor. Commitment to obtain guarantee for the contractor's parent company (in the event of a contractor having a parent company) Commitment to provide the insurance cover: a. Employer's (Compulsory) Liability Insurance = PS10,000,000, for each and every claim, unlimited in any one year; b. Public Liability Insurance = PS5,000,000, for each and every claim, unlimited in any one year."
                        },
                        {
                            "type": "technical",
                            "description": "Relevant experience and contract examples which demonstrate sufficient technical and professional ability and experience. Where the bidder is to sub-contract a proportion of the contract, evidence is required to demonstrate maintenance of a healthy supply chain with subcontractors and the procedures used to ensure performance of the contract. Organisational standards: a) Site Permit, b) Environmental Management System, c) Waste Carriers' licence, d) Haulier Operating Licence. Health and Safety - evidence of managing health and safety effectively and ability to control significant risks relevant to the contract (including risks from the use of contractors, where relevant). Modern Slavery declaration / Artificial Intelligence declaration, assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "renewal": {
                    "description": "The contract will have an initial 3 year term with two possible extension of 2 years and one year respectively."
                }
            }
        ],
        "status": "active",
        "value": {
            "amountGross": 7200000,
            "amount": 6000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The competitive flexible procedure to be followed will be: Stage 1: Invitation to tender Suppliers are invited to submit an initial tender which will be evaluated in accordance with the evaluation criteria. A maximum of five highest scoring suppliers will be invited to a second stage to demonstrate their solution Stage 2: Demonstration stage A site visit will be undertaken to view the waste sorting facility. Suppliers may request a trial load to process through their facility to test pricing assumptions and the supplier will do a presentation. Stage 3: Invitation to submit a final prices Suppliers will be invited to submit a revised pricing schedule."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://www.the-chest.org.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-03T17:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-19T00:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-30T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "049552-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049552-2025",
                "datePublished": "2025-08-18T14:48:28+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payments are dependent on certification of the tonnage processed and meeting monthly reporting requirements. Valid invoices will be paid within 30 days."
        },
        "riskDetails": "There are significant known risks that are likely to impact on the financial profile. The addition/removal of target materials during the contract term will impact on processing and income cost which may be difficult to determine at this stage. The addition of films will need to be added by 31 March 2027 will risk have financial and processing risk. Variability and uncertainty in the market availability and pricing of films. Determination of the most appropriate film collection method. Waste composition: the nature and composition of the waste will change during the course of the contact due to legal drivers. Liquid cartons, plastic/aluminium tubes will need to be collected by local authorities by April 2026. The introduction of the Deposit Return Scheme in October 2027 is likely to significantly reduce the income and may increase the cost of processing because the remaining container mix contains a greater proportion of materials that are less easy to separate. The price of the deposit is unknown. The extent to which retailers can be geared up at the pace and scale that would be required nationwide are likely to be key factors in determining the impact of the scheme and it's impact on the composition. The introduction of UK Emissions Trading Scheme (UK-ETS) scheme will increase disposal costs. The legal mechanism for passing the costs of the ETS scheme back to local authorities has yet to be determined, so it's impact on the contract cannot currently be determined."
    },
    "language": "en"
}