Section one: Contracting authority
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Riverside House, Main Street
Rotherham
S60 1AE
Contact
Karen Middlebrook
karen.middlebrook@rotherham.gov.uk
Telephone
+44 1709334755
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
GB173552264
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59849&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59849&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Management of Rotherham's Household Waste Recycling Centres (HWRCs)
Reference number
22-191
two.1.2) Main CPV code
- 90533000 - Waste-tip management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council’s administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council’s required waste management Service than is currently available.
The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
two.1.5) Estimated total value
Value excluding VAT: £5,850,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 90530000 - Operation of a refuse site
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Borough of Rotherham
two.2.4) Description of the procurement
The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council’s administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council’s required waste management Service than is currently available.
The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
The Council wish to make a capital contribution for some elements of the site infrastructure (cabins, skips, ramps, 360 plant) that will transfer to the Council on the Insourcing Date (28 October 2026).
The Council expects the Waste Management Licenses to be transferred to the Contractor (from the incumbent service provider which presently provide a service similar to the Front Facing Service requirement advertised here for the Council) on completing the Contract following this procurement exercise. During the transition from the Contractor to the Council it is the Council’s intention to move to Standard Rules Environmental Permits for each of the Sites to substitute for the Waste Management Licenses. Should there by any delay in obtaining the Standard Rules Environmental Permits the Council may require the Contractor to continue providing the Front Facing Service inline with the Contract Terms.
The Contractor shall manage the Sites in a safe and cost effective manner, whilst prioritising and maximising the potential for re-use, repair, reclamation and recycling of Household Waste(s).
The Contractor shall manage the transport, recycling and disposal of Household Waste deposited at the Sites (including residual and garden waste streams where disposal shall be dealt with by the Council) for the full Contract Term.
The Council requires haulage services that operate in compliance with local planning conditions, operating permits/rules for the Sites and when accessing any offtaker disposal sites and applicable Laws (especially Laws concerning the environment and transport) for the full Contract Term.
A partnership approach to a re-use and repair arrangement is sought by the Council which is expected to be self-funding and any surplus revenue beyond covering the Contractor’s costs in providing re-use and repair capacity shall be used to reinvest in that element of the Service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
As identified at II.2.4 the Council intends on insourcing the front-facing service from 28 October 2026, with the Contractor responsible for the Haulage and Disposal.
The contract does include an options to extend (see II.2.11 below). Following this extension period the haulage and disposal element will be subject to renewal.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The 84 months referred to at II.2.7 is broken down as follows:
The Council will be entering into an initial 60 month contract period, with a potential option to extend by a further 24 month period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documentation
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
20 April 2023
Local time
12:00pm
Changed to:
Date
27 April 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 April 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom