Awarded contract

Cirrus Consortium Waste Management Framework 2023

  • Cirrus Consortium C/O Plus Dane Housing

F03: Contract award notice

Notice reference: 2023/S 000-007255

Published 13 March 2023, 3:00pm



Section one: Contracting authority

one.1) Name and addresses

Cirrus Consortium C/O Plus Dane Housing

Atlantic Pavilion, Salthouse Quay, Royal Albert Dock,

Liverpool

L3 4AE

Contact

Claire Paton

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

IP031012

Internet address(es)

Main address

https://www.plusdane.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Other type

Central Purchasing Body

one.5) Main activity

Other activity

Central Purchasing Body


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cirrus Consortium Waste Management Framework 2023

Reference number

Cirrus Consortium 0006

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Consortium sought bids from providers of waste management services and recycling services across 11 geographical lots. Bidders must be able to provide, as a minimum, a waste drop off service for general inert waste within each geographical area they are bidding on. Bidders can bid on one or more lots.

Services available under the framework include but are not limited to; waste drop off and recycling services, skip hire services, total waste management services, provision of waste receptacles and office waste collections. Waste streams covered by the framework include (but are not limited to); mixed general waste, dry mixed recycling, green waste, hazardous waste and clinical waste. Full details can be found within the tender documentation. The outcome of the tender process will be a four-year Framework Agreement to commence 1st March 2023.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £40,000,000

two.2) Description

two.2.1) Title

Lot 1: North East (UKC)

Lot No

1

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and

Wales, but excludes Northern Ireland. Lot 1 covers North East (UKC).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2: North West (UKD)

Lot No

2

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 2 covers North West (UKD).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3: Yorkshire & the Humber (UKE)

Lot No

3

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 3 covers Yorkshire and the Humber (UKE).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 4: East Midlands (UKF)

Lot No

4

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 4 covers East Midlands (UKF).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 5: West Midlands (UKG)

Lot No

5

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 5 covers West Midlands (UKG).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 6: East of England (UKH)

Lot No

6

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 6 covers East of England (UKH).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 7: London (UKI)

Lot No

7

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 7 covers London (UKI).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 8: South East (UKJ)

Lot No

8

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 8 covers South East (UKJ).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 9: South West (UKK)

Lot No

9

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 9 covers South West (UKK).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 10: Wales (UKL)

Lot No

10

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 10 covers Wales (UKL).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 11: Scotland (UKM)

Lot No

11

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 11 covers Scotland (UKM).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-030879


Section five. Award of contract

Contract No

1

Lot No

1,2,3,4,5,6,7,8,9,10.11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Acumen Waste Services Ltd

Acumen House, Headlands Lane,

Knottingley

WF11 0LA

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Companies House

02916087

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Use of sub-contractors will depend on the call-off contracts awarded.


Section five. Award of contract

Contract No

2

Lot No

1,2,3,4,5,6,7,8,9,10,11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Biffa Waste Services Ltd

Coronation Road, Cressex, High Wycombe,

Buckinghamshire,

HP12 3TZ

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

00946107

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

3

Lot No

7

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Bywaters (Leyton) Limited

Lea Riverside, Twelvetrees Crescent,

London,

E3 3JG

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

00505212

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

4

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Circle Recycling Ltd

Plodder Lane, Edge Fold,

Bolton,

BL4 ONN

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

04869391

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

5

Lot No

1,2,3,4,5,6,7,8,9,10,11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Circle Waste

Unit 1A, Tottenhill Retail Park, Lynn Rd, Tottenhill,

King's Lynn

PE33 0SR

Country

United Kingdom

NUTS code
  • UKH - East of England
Companies House

11239466

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

6

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

City Centre Containers Ltd

Tower House, Simonswood Industrial Park, Kirkby,

Liverpool

L33 4XY

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

6826471

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

7

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Enva England Ltd

Enviro building, private road number 4, colwick industrial estate,

Nottingham,

NG4 2JT

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
Companies House

03450311

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Use of sub-contractors will depend on the call-off contracts awarded.


Section five. Award of contract

Contract No

8

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Enviro Skip Hire Ltd

Norton Way, Sandbach,

Cheshire

CW11 3WL

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

06089264

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

9

Lot No

1,2,3,4,5,6,7,8,9,10,11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Go Green Limited

River Torne House, 323 Bawtry Road,

Doncaster

DN4 7PB

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Companies House

04073354

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Use of sub-contractors will depend on the call-off contracts awarded.


Section five. Award of contract

Contract No

10

Lot No

1,2,3,4,5,6,7,8,9,10,11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Reconomy (UK) Ltd

Kelsall House, Stafford Court, Stafford Park 1,

Telford,

TF3 3BD

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

2951661

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Use of sub-contractors will depend on the call-off contracts awarded.


Section five. Award of contract

Contract No

11

Lot No

1,2,3,4,5,6,7,8,9,10,11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

Recycling Lives (Environmental Services) Limited

Recycling Lives Centre, Essex Street,

Preston,

PR1 1QE

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

03783452

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Use of sub-contractors will depend on the call-off contracts awarded.


Section five. Award of contract

Contract No

12

Lot No

1,2,3,4,5,6,7,8,9

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

SUEZ Recycling and Recovery Uk Limited

SUEZ House, Grenfell Road, Maidenhead,

Berkshire,

SL6 1ES

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

02291198

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section six. Complementary information

six.3) Additional information

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to, the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

The original contract notice published on Find a Tender can be found here: https://www.find-tender.service.gov.uk/Notice/030879-2022?origin=SearchResults&p=1

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).