Notice Information
Notice Title
Garden Waste Treatment
Notice Description
In pursuance of the Council's obligations as a waste collection and disposal authority the Council intends through a competitive tender to award one or more contracts for the provision of Treatment Services for Garden Waste. The council is managing this procurement in accordance with the Procurement Act 2023.
Lot Information
Receipt and Treatment of Garden Waste from Keynsham Recycling Hub
This Lot covers the receipt and treatment of Garden Waste from the Keynsham Recycling Hub to the contractor's treatment facility. The waste comprises: * Garden Waste brought directly to the Hub by residents * Garden Waste from commercial customers * Garden Waste from Bath recycling centre * Garden Waste collected via fortnightly kerbside collections by the Council's refuse collection vehicles The appointed contractor will be responsible for accepting and treatment of the Garden Waste in accordance with the service requirements.
Renewal: This contract can be extended for a period of up to 12 months. It is the intention of the Council to align its waste contracts for 2027. This extension will be put in place if the alignment is not completed in time. Any extension will be subject to satisfactory performance and availability of budget.
Receipt and Treatment of Garden Waste from Welton Recycling CentreThis Lot covers the receipt and treatment of Garden Waste from the Welton Recycling Centre to the contractor's treatment facility. The waste comprises: * Garden Waste brought directly to the Recycling Centre by residents * Garden Waste from the Bath Recycling centre * Garden Waste collected via fortnightly kerbside collections by the Council's refuse collection vehicles The appointed contractor will be responsible for accepting and managing this material in accordance with the service requirements.
Renewal: This contract can be extended for a period of up to 12 months. It is the intention of the Council to align its waste contracts for 2027. This extension will be put in place if the alignment is not completed in time. Any extension will be subject to satisfactory performance and availability of budget.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058cc6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015347-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
77120000 - Composting services
90000000 - Sewage, refuse, cleaning and environmental services
90510000 - Refuse disposal and treatment
Notice Value(s)
- Tender Value
- £600,000 £500K-£1M
- Lots Value
- £600,000 £500K-£1M
- Awards Value
- £935,092 £500K-£1M
- Contracts Value
- £935,092 £500K-£1M
Notice Dates
- Publication Date
- 19 Feb 20263 days ago
- Submission Deadline
- 23 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Jan 20261 months ago
- Contract Period
- 1 Feb 2026 - 31 Jan 2027 6-12 months
- Recurrence
- 2025-09-01
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BATH & NORTH EAST SOMERSET COUNCIL
- Additional Buyers
- Contact Name
- Patricia Okowa
- Contact Email
- procurement@bathnes.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BATH
- Postcode
- BA1 5AW
- Post Town
- Bath
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- TLK12 Bath and North East Somerset, North Somerset and South Gloucestershire
-
- Local Authority
- Bath and North East Somerset
- Electoral Ward
- Kingsmead
- Westminster Constituency
- Bath
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/015347-2026
19th February 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/005001-2026
20th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050830-2025
22nd August 2025 - Tender notice on Find a Tender -
www.supplyingthesouthwest.org.uk
The associated tender documents are available at the above web address.
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-058cc6-2026-02-19T15:24:20Z",
"date": "2026-02-19T15:24:20Z",
"ocid": "ocds-h6vhtk-058cc6",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PLVH-3287-JWJV",
"name": "Bath & North East Somerset Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PLVH-3287-JWJV"
},
"address": {
"streetAddress": "The Guildhall",
"locality": "Bath",
"postalCode": "BA1 5AW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"name": "Patricia Okowa",
"email": "procurement@bathnes.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bathnes.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PBZW-8685-TJTH",
"name": "S G Mitchell",
"identifier": {
"scheme": "GB-PPON",
"id": "PBZW-8685-TJTH"
},
"address": {
"streetAddress": "South Croft Farm, Hill Lane, Old Sodbury",
"locality": "South Gloucestershire",
"postalCode": "BS37 6RH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "jessica.easterbrook@sol-environment.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-01195918",
"name": "PENNYS GROUP LTD",
"identifier": {
"scheme": "GB-COH",
"id": "01195918"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBRH-2754-CVHJ"
}
],
"address": {
"streetAddress": "Green Street",
"locality": "Bath",
"postalCode": "BA3 4BY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK23"
},
"contactPoint": {
"email": "info@pennysgroup.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.pennysgroup.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PLVH-3287-JWJV",
"name": "Bath & North East Somerset Council"
},
"planning": {
"noEngagementNoticeRationale": "The market is well known and aware of the procurement."
},
"tender": {
"id": "DN779148",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Garden Waste Treatment",
"description": "In pursuance of the Council's obligations as a waste collection and disposal authority the Council intends through a competitive tender to award one or more contracts for the provision of Treatment Services for Garden Waste. The council is managing this procurement in accordance with the Procurement Act 2023.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
}
],
"deliveryAddresses": [
{
"region": "UKK12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
}
],
"deliveryAddresses": [
{
"region": "UKK12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 880000,
"amount": 600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "www.supplyingthesouthwest.org.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-09-23T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-09-09T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-10-20T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Receipt and Treatment of Garden Waste from Keynsham Recycling Hub",
"description": "This Lot covers the receipt and treatment of Garden Waste from the Keynsham Recycling Hub to the contractor's treatment facility. The waste comprises: * Garden Waste brought directly to the Hub by residents * Garden Waste from commercial customers * Garden Waste from Bath recycling centre * Garden Waste collected via fortnightly kerbside collections by the Council's refuse collection vehicles The appointed contractor will be responsible for accepting and treatment of the Garden Waste in accordance with the service requirements.",
"status": "complete",
"value": {
"amountGross": 440000,
"amount": 300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "PRICE",
"description": "The scoring is carried out within an Excel spread sheet outside of the e-Tender system. All price bids are compared against the lowest bid to reach the percentage difference from the lowest bid. Example if the price weighting were 40%, the calculation would be: (40 x lowest price)/bid price The lowest price bid would receive the full 40 points. A negative percentage figure for a lump sum price that is over 100% higher than the lowest price bid will receive a price score of zero. B&NES council will not award a negative price score Abnormally Low Tenders If the council considers the price of the tender to be abnormally low, the council are required to offer the opportunity to the supplier to demonstrate to the council's satisfaction that it will be able to perform the contract for the price offered. If the council are not satisfied with the supplier's explanation, the tender will be rejected.",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "TREATMENT SITE CAPABILITY AND COMPLIANCE",
"description": "Clarity and completeness of site description and composting method Evidence of capacity to handle forecast tonnage Compliance with required standards and permits",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "SECURE MARKETS/BENEFICIAL RE-USE",
"description": "Plans for marketing or reuse of outputs Effective Management and disposal of non-recyclable residues",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "SERVICE DELIVERY AND BACK UP ARRANGEMENTS DELIVERY",
"description": "Clear and practical contingency planning Clear process for managing vehicle damage Effective vehicle flow process and weighbridge usage",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "COMMUNICATION",
"description": "Accuracy and completeness of proposed reporting Ability to meet Council's data and format requirements Systems for tracking contaminants and rejected loads Transparency and auditability of data",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "HEALTH AND SAFETY",
"description": "Clear methodology for investigating and recording accidents, incidents, and near misses. Use of supporting documents, reports or templates to evidence investigation procedures.",
"numbers": [
{
"number": 1,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "HEALTH AND SAFETY (2)",
"description": "Documented step-by-step procedure for conducting thorough and contract-specific risk assessments. Evidence of completed risk assessments with linked Safe Systems of Work demonstrating practical implementation",
"numbers": [
{
"number": 1,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "7.2 Economic and Financial Standing The supplier must be in a sound financial position to participate in the procurement. When undertaking the financial assessment, the council looks at the two most recent sets of supplier's accounts [one if PAS91], which shows three years of financial information [two if PAS91], along with those of any parent company (if applicable and acting as guarantor). The council cannot ask for audited accounts from suppliers who are not required to have them under the Companies Act 2006. The financial assessment is conducted in 2 stages. 7.2.1 Stage 1: The council has 4 key minimum requirements for financial considerations. If a supplier fails to meet 2 or more of the 4 requirements their bid will be excluded from further consideration. They will not proceed to stage 2 of the Economic & Financial Standing assessment. The 4 requirements are: (i) Relates to the contract limit, which is the maximum contract value that a supplier should be expected to tackle within its financial capacity. The council will use a notional calculation to calculate the contract limit, based on turnover of the supplier in order to confirm whether the supplier is large enough to perform the contract. The contract limit is calculated by matching the supplier's turnover figure in their latest set of accounts, with the annual contract value. If the annual contract figure is more than 51% of the turnover figure used it is unlikely that the supplier on its own, has adequate resources to perform the services. By exception, the further full financial assessment may take place if a parent company guarantee or bond or deed should be obtained, provided the parent itself is suitable. (ii) The Acid Test Ratio is a measure of financial strength, which excludes stock so that only liquid assets are included. This addresses the question of whether the supplier has enough current liquid assets to meet the payment schedule of its current debts with a margin of safety for possible losses in current assets. There will be a minimum requirement for an acid ratio of 1 to score. (iii) If a supplier is showing continual losses in their accounts this will be deemed a fail. (iv) If the net worth of a supplier is in a negative position this will be deemed a fail. 7.2.2 Stage 2: If a supplier passes at least 3 of the 4 key criteria a full financial assessment will take place, this will include selected ratio analysis of account figures, any CCJs a contractor may have against them, and any adverse information on company Directors. The Experian check provides averages for the industry, CCJs, director information and a Commercial Delphi Score (risk rating) which is incorporated into the financial assessment. Each ratio and other criteria will carry a points score of \"0\" for fail and \"1\" for pass, points are then tallied to give an overall score, this is then matched to a predetermined risk-based scoring model where supplier will be assessed as low, medium or high risk. The final decision regarding the acceptability of the supplier's financial standing relies on a degree of professional judgement from the council. If the council decides that the financial standing of the supplier is such that it does not have the ability to perform the contact and represents an unacceptable risk to the council, then the supplier will be excluded from further consideration in this process. The minimum levels relating to economic and financial standing for this tender process are summarised below: Contract Limit PS 873,861.12 Acid Test Ratio 1.0 Losses Accounts must not show continual losses Net Worth Net worth must be positive"
},
{
"type": "technical",
"description": "Technical ability - Contract examples demonstrate relevant experience and proven track record of delivering similar services (contracts of similar scope and size) , relevant to the subject matter of the contract. Experience of sub-contractor management - Supplier demonstrates experience of previously maintained healthy supply chains with your sub-contractor(s) Organisational standards - Supplier demonstrates that they meet the required standards. Health and safety - Supplier provides accident statistics relating to their business for the past 3 years using the table provided. The Council is satisfied that any accident relating to this period have been dealt with appropriately. Site Location Detail - Supplier provides complete and accurate site location information, mapping, planning/permit documentation, and clearly confirms that the site will be operational at the start of the Contract. Opening Hours - Proposed opening hours meet the Council's requirements or reasonable justification is provided for any variation. Contract Manager - Contact details for the nominated Contract Manager are complete and demonstrate appropriate oversight and availability for contract delivery. Type of vehicle accepted - Ability to accept a range of vehicles"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-02T00:00:00+00:00",
"endDate": "2027-01-01T23:59:59+00:00",
"maxExtentDate": "2028-01-01T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract can be extended for a period of up to 12 months. It is the intention of the Council to align its waste contracts for 2027. This extension will be put in place if the alignment is not completed in time. Any extension will be subject to satisfactory performance and availability of budget."
}
},
{
"id": "2",
"title": "Receipt and Treatment of Garden Waste from Welton Recycling Centre",
"description": "This Lot covers the receipt and treatment of Garden Waste from the Welton Recycling Centre to the contractor's treatment facility. The waste comprises: * Garden Waste brought directly to the Recycling Centre by residents * Garden Waste from the Bath Recycling centre * Garden Waste collected via fortnightly kerbside collections by the Council's refuse collection vehicles The appointed contractor will be responsible for accepting and managing this material in accordance with the service requirements.",
"status": "complete",
"value": {
"amountGross": 440000,
"amount": 300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "PRICE",
"description": "Price Evaluation: The scoring is carried out within an Excel spread sheet outside of the e-Tender system. All price bids are compared against the lowest bid to reach the percentage difference from the lowest bid. Example if the price weighting were 40%, the calculation would be: (40 x lowest price)/bid price The lowest price bid would receive the full 40 points. A negative percentage figure for a lump sum price that is over 100% higher than the lowest price bid will receive a price score of zero. B&NES council will not award a negative price score Abnormally Low Tenders If the council considers the price of the tender to be abnormally low, the council are required to offer the opportunity to the supplier to demonstrate to the council's satisfaction that it will be able to perform the contract for the price offered. If the council are not satisfied with the supplier's explanation, the tender will be rejected. The weighted scores for quality and price are added together to get a final total score out of 100. In the event of a tie-break, the council will award to the supplier with the highest overall Quality score.",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "TREATMENT SITE CAPABILITY AND COMPLIANCE",
"description": "Clarity and completeness of site description and composting method Evidence of capacity to handle forecast tonnage Compliance with required standards and permits",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "SECURE MARKETS/BENEFICIAL RE-USE",
"description": "Plans for marketing or reuse of outputs Effective Management and disposal of non-recyclable residues",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "SERVICE DELIVERY AND BACK UP ARRANGEMENTS DELIVERY",
"description": "Clear and practical contingency planning Clear process for managing vehicle damage Effective vehicle flow process and weighbridge usage",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "COMMUNICATION",
"description": "Accuracy and completeness of proposed reporting Ability to meet Council's data and format requirements Systems for tracking contaminants and rejected loads Transparency and auditability of data",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "HEALTH AND SAFETY",
"description": "Clear methodology for investigating and recording accidents, incidents, and near misses. Use of supporting documents, reports or templates to evidence investigation procedures.",
"numbers": [
{
"number": 1,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "HEALTH AND SAFETY (2)",
"description": "Documented step-by-step procedure for conducting thorough and contract-specific risk assessments. Evidence of completed risk assessments with linked Safe Systems of Work demonstrating practical implementation",
"numbers": [
{
"number": 1,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "7.2 Economic and Financial Standing The supplier must be in a sound financial position to participate in the procurement. When undertaking the financial assessment, the council looks at the two most recent sets of supplier's accounts [one if PAS91], which shows three years of financial information [two if PAS91], along with those of any parent company (if applicable and acting as guarantor). The council cannot ask for audited accounts from suppliers who are not required to have them under the Companies Act 2006. The financial assessment is conducted in 2 stages. 7.2.1 Stage 1: The council has 4 key minimum requirements for financial considerations. If a supplier fails to meet 2 or more of the 4 requirements their bid will be excluded from further consideration. They will not proceed to stage 2 of the Economic & Financial Standing assessment. The 4 requirements are: (i) Relates to the contract limit, which is the maximum contract value that a supplier should be expected to tackle within its financial capacity. The council will use a notional calculation to calculate the contract limit, based on turnover of the supplier in order to confirm whether the supplier is large enough to perform the contract. The contract limit is calculated by matching the supplier's turnover figure in their latest set of accounts, with the annual contract value. If the annual contract figure is more than 51% of the turnover figure used it is unlikely that the supplier on its own, has adequate resources to perform the services. By exception, the further full financial assessment may take place if a parent company guarantee or bond or deed should be obtained, provided the parent itself is suitable. (ii) The Acid Test Ratio is a measure of financial strength, which excludes stock so that only liquid assets are included. This addresses the question of whether the supplier has enough current liquid assets to meet the payment schedule of its current debts with a margin of safety for possible losses in current assets. There will be a minimum requirement for an acid ratio of 1 to score. (iii) If a supplier is showing continual losses in their accounts this will be deemed a fail. (iv) If the net worth of a supplier is in a negative position this will be deemed a fail. 7.2.2 Stage 2: If a supplier passes at least 3 of the 4 key criteria a full financial assessment will take place, this will include selected ratio analysis of account figures, any CCJs a contractor may have against them, and any adverse information on company Directors. The Experian check provides averages for the industry, CCJs, director information and a Commercial Delphi Score (risk rating) which is incorporated into the financial assessment. Each ratio and other criteria will carry a points score of \"0\" for fail and \"1\" for pass, points are then tallied to give an overall score, this is then matched to a predetermined risk-based scoring model where supplier will be assessed as low, medium or high risk. The final decision regarding the acceptability of the supplier's financial standing relies on a degree of professional judgement from the council. If the council decides that the financial standing of the supplier is such that it does not have the ability to perform the contact and represents an unacceptable risk to the council, then the supplier will be excluded from further consideration in this process. The minimum levels relating to economic and financial standing for this tender process are summarised below: Contract Limit PS 873,861.12 Acid Test Ratio 1.0 Losses Accounts must not show continual losses Net Worth Net worth must be positive"
},
{
"type": "technical",
"description": "Technical ability - Contract examples demonstrate relevant experience and proven track record of delivering similar services (contracts of similar scope and size) , relevant to the subject matter of the contract. Experience of sub-contractor management - Supplier demonstrates experience of previously maintained healthy supply chains with your sub-contractor(s) Organisational standards - Supplier demonstrates that they meet the required standards. Health and safety - Supplier provides accident statistics relating to their business for the past 3 years using the table provided. The Council is satisfied that any accident relating to this period have been dealt with appropriately. Site Location Detail - Supplier provides complete and accurate site location information, mapping, planning/permit documentation, and clearly confirms that the site will be operational at the start of the Contract. Opening Hours - Proposed opening hours meet the Council's requirements or reasonable justification is provided for any variation. Contract Manager - Contact details for the nominated Contract Manager are complete and demonstrate appropriate oversight and availability for contract delivery. Type of vehicle accepted - Ability to accept a range of vehicles"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-02T00:00:00+00:00",
"endDate": "2027-01-01T23:59:59+00:00",
"maxExtentDate": "2028-01-01T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract can be extended for a period of up to 12 months. It is the intention of the Council to align its waste contracts for 2027. This extension will be put in place if the alignment is not completed in time. Any extension will be subject to satisfactory performance and availability of budget."
}
}
],
"lotDetails": {
"awardCriteriaDetails": "Bidders can apply for one or both lots."
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "The associated tender documents are available at the above web address.",
"url": "www.supplyingthesouthwest.org.uk"
},
{
"id": "L-2",
"documentType": "technicalSpecifications",
"description": "The specification is available at the above web address.",
"url": "www.supplyingthesouthwest.org.uk"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "050830-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/050830-2025",
"datePublished": "2025-08-22T11:50:56+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2025-09-01T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "C2.1 The Council shall pay all sums due to the Contractor within 30 days of Receipt of a valid invoice, submitted monthly in arrears. C2.2 The Contractor shall ensure that each invoice contains all appropriate references and a detailed breakdown of the Services supplied and that it is supported by any other documentation reasonably required by the Council to substantiate the invoice. C2.3 Where the Contractor enters into a sub-contract with a supplier or contractor for the purpose of performing its obligations under the Contract, it shall ensure that a provision is included in such a sub-contract which requires payment to be made of all sums due by the Contractor to the sub-contractor within a specified period not exceeding 30 days from the receipt of a valid invoice. C2.4 The Contractor shall add VAT to the Contract Price at the prevailing rate as applicable. C2.5 The Contractor shall indemnify the Council on a continuing basis against any liability, including any interest, penalties or costs incurred, which is levied, demanded or assessed on the Council at any time in respect of the Contractor's failure to account for or to pay any VAT relating to payments made to the Contractor under the Contract. Any amounts due under this clause C2.5 shall be paid by the Contractor to the Council not less than 5 Working Days before the date upon which the tax or other liability is payable by the Council. C2.6 The Contractor shall not suspend the supply of the Services unless the Contractor is entitled to terminate the Contract under clause H2.3 (Termination on Default) for failure to pay undisputed sums of money. Interest shall be payable by the Council on the late payment of any undisputed sums of money properly invoiced in accordance with the Late Payment of Commercial Debts (Interest) Act 1998."
},
"riskDetails": "1. Contractor fails to meet treatment capacity for forecasted tonnage (12,620 tonnes for 2025/26) 2. Treatment site becomes unavailable (e.g. due to permit issues or operational failure) 3. Contaminated loads exceed acceptable thresholds, increasing disposal costs 4. Failure to comply with PAS 100/110 or BS 3882 standards for compost/digestate 5. Inaccurate or incomplete weighbridge and reporting data 6. Delays in vehicle turnaround at treatment site (target <30 mins) 7. Environmental permit or regulatory non-compliance at treatment or outlet sites 8. Failure to deliver compost buyback scheme (optional value-added service) 9. Inadequate staffing or training at treatment site 10. Failure to meet carbon reporting requirements under GHG Protocol 11. Disruption due to relocation of Bath Recycling Centre during contract term"
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "5",
"measure": "bids",
"value": 2,
"relatedLot": "2"
},
{
"id": "6",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "2"
},
{
"id": "7",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "8",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "2"
}
]
},
"awards": [
{
"id": "1",
"title": "Garden Waste Treatment Lot 1 - Receipt and Treatment of Garden Waste from Keynsham Recycling Hub",
"status": "active",
"date": "2026-01-20T00:00:00Z",
"value": {
"amountGross": 1048501.92,
"amount": 873751.6,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PBZW-8685-TJTH",
"name": "S G Mitchell"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77120000",
"description": "Composting services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKK12",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-01-29T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2027-01-31T23:59:59Z",
"maxExtentDate": "2028-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "This agreement will commence on 1st February 2026 and expire on 31st January 2027 with the option to extend for a further 12 months by mutual agreement."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "005001-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/005001-2026",
"datePublished": "2026-01-20T16:18:38Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-20T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-30T23:59:59Z",
"status": "scheduled"
}
]
},
{
"id": "2",
"title": "Garden Waste Treatment Lot 2 - Receipt and Treatment of Garden Waste from Welton Recycling Centre",
"status": "active",
"date": "2026-01-20T00:00:00Z",
"value": {
"amountGross": 73609.4,
"amount": 61341.16,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-01195918",
"name": "PENNYS GROUP LTD"
}
],
"items": [
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77120000",
"description": "Composting services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKK12",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"standstillPeriod": {
"endDate": "2026-01-29T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2027-01-31T23:59:59Z",
"maxExtentDate": "2028-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "This agreement will commence on 1st February 2026 and expire on 31st January 2027 with the option to extend for a further 12 months by mutual agreement."
},
"relatedLots": [
"2"
],
"documents": [
{
"id": "005001-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/005001-2026",
"datePublished": "2026-01-20T16:18:38Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-20T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-30T23:59:59Z",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Lot 1. Receipt and Treatment of Garden Waste from Keynsham Recycling Hub",
"status": "active",
"period": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2027-01-31T23:59:59Z",
"maxExtentDate": "2028-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "This agreement will commence on 1st February 2026 and expire on 31st January 2027 with the option to extend for a further 12 months by mutual agreement."
},
"value": {
"amountGross": 1048501.92,
"amount": 873751.6,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-02-01T00:00:00Z",
"noAgreedMetricsRationale": "Key performance indicators were not deemed appropriate for this contract.",
"documents": [
{
"id": "015347-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015347-2026",
"datePublished": "2026-02-19T15:24:20Z",
"format": "text/html"
}
]
},
{
"id": "2",
"awardID": "2",
"title": "Lot 2. Receipt and Treatment of Garden Waste from Welton Recycling Centre",
"status": "active",
"period": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2027-01-31T23:59:59Z",
"maxExtentDate": "2028-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "This agreement will commence on 1st February 2026 and expire on 31st January 2027 with the option to extend for a further 12 months by mutual agreement."
},
"value": {
"amountGross": 73609.4,
"amount": 61341.16,
"currency": "GBP"
},
"aboveThreshold": false,
"dateSigned": "2026-02-01T00:00:00Z",
"documents": [
{
"id": "015347-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015347-2026",
"datePublished": "2026-02-19T15:24:20Z",
"format": "text/html"
}
]
}
]
}