Tender

Management of Rotherham's Household Waste Recycling Centres (HWRCs)

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-007464

Procurement identifier (OCID): ocds-h6vhtk-03b2e2

Published 14 March 2023, 11:39pm



The closing date and time has been changed to:

27 April 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Karen Middlebrook

Email

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

https://www.rotherham.gov.uk/

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