Contract

Strategic MRF (Materials Recycling Facility) Project

  • PLYMOUTH CITY COUNCIL

F20: Modification notice

Notice identifier: 2025/S 000-002122

Procurement identifier (OCID): ocds-h6vhtk-04d540

Published 22 January 2025, 10:05am



Section one: Contracting authority/entity

one.1) Name and addresses

PLYMOUTH CITY COUNCIL

West Hoe Road

PLYMOUTH

PL13BJ

Email

procurement@plymouth.gov.uk

Telephone

+44 17527967

Country

United Kingdom

Region code

UKK41 - Plymouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.plymouth.gov.uk

Buyer's address

www.supplyingthesouthwest.org.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Strategic MRF (Materials Recycling Facility) Project

Reference number

12008

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 51000000 - Installation services (except software)

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth
Main site or place of performance

Plymouth

two.2.4) Description of the procurement at the time of conclusion of the contract:

Plymouth City Council is seeking to enter into a contract with one contractor (or consortium) for the design, build and financing (as necessary), as well as the operation and/or management (as necessary) of a Materials Recycling Facility (MRF) service solution utilising either a new or existing facility located within or outside Plymouth. The solution must contain a processing element and be capable of recycling commingled recyclate which includes glass whilst maintaining and uplifting recycling performance around which performance standards will be required. The contract will provide for processing and onward disposal of its collected dry recyclate and any contaminants.

The service commencement for the contract will be coupled to the introduction of glass into the current kerbside commingled collection waste stream, without the introduction of any new containers, as of May 2014.

The solution is to have no adverse financial impact on the upstream collection service, accepting that there may be cost reapportionments or changes as a result of increased recycling tonnages collected and public communications for the service changes. Contract waste is currently delivered to the existing MRF at Chelson Meadow, Plymouth.

The potential for the solution to cater for commercial and industrial waste for recycling as well as waste from other public sector organisations will be explored during the dialogue

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

132


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2014/S 087-152887


Section five. Award of contract/concession

Contract No

12008

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

17 April 2014

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Viridor Waste Management Ltd

Peninsula House Rydon Lane

Exeter

EX2 7HR

Country

United Kingdom

NUTS code
  • UKK4 - Devon
Companies House

00575069

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £5,900,000


Section six. Complementary information

six.3) Additional information

All bidders applying for the PQQ documentation are invited to attend a Bidders Open Day, scheduled for the11.5.2012 at Chelson Meadow Greenhouse Centre, Plymouth, which will include an opportunity to meet and discuss the project with members of the project team. Details of this event are available from the contact point atbarry.ashbee@plymouth.gov.uk

six.4) Procedures for review

six.4.1) Review body

Plymouth City Council

Civic Centre, Armada Way

Plymouth

PL1 2AA

Telephone

+44 1752668000

Country

United Kingdom

Internet address

www.plymouth.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Plymouth City Council incorporates a minimum 10-calendar-day standstill period at the point information on the contract award is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address in point I.1) of this notice.

Bidders should refer to the UK Public Contracts Regulations 2006 (as amended) regarding remedies and seek independent legal advice.


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 90500000 - Refuse and waste related services

seven.1.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 51000000 - Installation services (except software)

seven.1.3) Place of performance

NUTS code
  • UKK41 - Plymouth
Main site or place of performance

Plymouth

seven.1.4) Description of the procurement:

No change from original award- Contract for the provision of services to operate the MRF at Chelson Meadow to receive and process co-mingled dry recycling including glass. The material is collected by Plymouth City Council and delivered to site. The contractor is also responsible for the sale of recyclate and disposal of rejected materials. The contract includes the maintenance of the facilities on site which are owned by PCC and leased to the Contractor.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

192

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£11,900,000

seven.1.7) Name and address of the contractor/concessionaire

Syracuse Waste Limited

Viridor House, Priory Bridge Road

Taunton

TA1 1AP

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
Companies House

13269384

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Modification 1: Update of name of contractor from Viridor to Syracuse in accordance with Regulation 72(d)(ii) as enacted on the 26th August 2021.

Modification 2: Extension of original contract by 5 years (01/05/25- 30/04/30) on same terms in accordance with Regulation 72 (1)(b).

In order to ensure transparency of decision-making Plymouth City Council is implementing to a voluntary 10 day standstill period during which time the Council will not enact the contract variation.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

Legislative changes that affect the collection and resale of recycled materials have been under consideration since the publication of the 2018 Resources and Waste Strategy which set out Government's ambitions for higher recycling rates, increased resource efficiency and a more circular economy in England. These ambitions require changes in how products and materials are produced and consumed, as well as how they are treated and disposed of at end-of-life.

The Environment Bill formed guidance on how these aims would be implemented in the recycling and waste sector by introducing 3 new statutory functions:

1. Consistency of Collections (now Simpler Recycling) - this sought to provide a consistent approach to what is collected for recycling and how it is collected

2. Deposit Return Scheme - a scheme to charge a refundable deposit on drinks containers

3. Extended Producer Responsibility - revert the cost of collecting and recycling packaging materials back to the producers of the packaging

The first round of consultations was undertaken in 2019 and the details of the schemes continued to be confirmed until the outcome of the final consultation was published in May 2024.

The nature of the service provided under the terms of the current contract is directly related to the way in which recyclable material is collected and presented at the MRF. The forthcoming legislative changes will impact the material composition and value of recyclables collected and delivered to the MRF and therefore will directly affect the scope and cost of the service required to be delivered by a contractor operating the MRF.

The potential impacts of these changes on the way the MRF operates are substantial and have prevented the Council undertaking a procurement exercise to replace the existing contract to operate the MRF. The contract extension will enable the Council sufficient time to understand the impact of the legislative changes and subsequently run a fit for purpose procurement exercise which takes into account of the known outcomes of the changes.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £8,200,000

Total contract value after the modifications

Value excluding VAT: £11,900,000