Contract

Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services

  • West Northamptonshire Council

F03: Contract award notice

Notice identifier: 2025/S 000-018555

Procurement identifier (OCID): ocds-h6vhtk-044414 (view related notices)

Published 1 May 2025, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

West Northamptonshire Council

ONE ANGEL SQUARE,ANGEL STREET

NORTHAMPTON

NN11ED

Contact

Claire Baker

Email

procurement@westnorthants.gov.uk

Telephone

+44 3001267000

Country

United Kingdom

Region code

UKF24 - West Northamptonshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.westnorthants.gov.uk/

Buyer's address

https://in-tendhost.co.uk/wnc/aspx/Home

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

Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services

Reference number

WNC00000381

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

West Northamptonshire Council (the "Authority) sought one or more suitably qualified and experienced suppliers to deliver the following services: Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services.

The scope of the services was further detailed in the procurement documents made available on the publication of the contract notice and these procurement documents were further refined during the procurement process.

The scope of the services may change during the life of the eventual contracts. Where the nature of any change was known to the Authority then this was detailed in the procurement documents.

The procurement was undertaken using the competitive dialogue procedure under the Public Contracts Regulations 2015.

The procurement was divided into three (3) Lots:

Lot 1: Treatment & Disposal of Residual Waste ("Residual Service");

Lot 2: Management of Household Waste Recycling Centre Services ("HWRC Service"); and

Lot 3: Treatment & Disposal of Residual Waste and; Management of Household Waste Recycling Centre Services.

A separate contract was to be entered into for each of the Residual Service and HWRC Service, even if the same bidder was appointed to both services.

Lot 3 was included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they were awarded both services. It was not an option for a combined service and if awarded would still have resulted in two separate contracts.

Bidders were able to submit a tender for one or both of Lot 1 and Lot 2. Bidders could only submit for Lot 3 where they submitted for Lot 1 and Lot 2 or where they submitted for only one of Lot 1 or Lot 2 but submitted a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.

The procurement documents set out the approach to managing the Lots with final award to be made in accordance with the award criteria. If Lot 3 was awarded, then Lots 1 and 2 would not be awarded (and vice versa).

By applying the award criteria, the Authority awarded Lots 1 and 2. Lot 3 was abandoned at award stage with no award made.

The figures included for overall and Lot specific values of the procurement correspondence to the original estimated values contained within the contract notice. The contracts for each of Lot 1 and Lot 2 contain a mix of fixed and variable sums payable and so it is not possible to include a fixed value of the contracts. The variable elements relate to tonnages of relevant contract waste and no guarantee is given on volume or composition.

As per the contract notice, the values stated in this notice exclude VAT and indexation.

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: £237,000,000

two.2) Description

two.2.1) Title

Treatment & Disposal of Residual Waste

Lot No

1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90530000 - Operation of a refuse site

two.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire
Main site or place of performance

Brackmills - Lilliput Road, Brackmills Industrial Estate, Northampton, NN4 7JE

Daventry - High March Transfer Station, Contracts House, High March, Daventry NN11 4HB

South - Helmdon Blackpitts Waste Transfer Station, NN13 5QD.

two.2.4) Description of the procurement

To accept and treat residual municipal waste collected by the Authority including (without limitation) kerbside collected, bulky waste, household waste recycling centre waste, fly-tipping and persistent organic pollutants.

To operate Brackmills Waste Transfer Station as a Delivery Point for residual waste, and to arrange for the haulage of waste from Brackmills and two other Delivery Points within West Northamptonshire to the treatment destinations. The location of delivery points may change during the term.

The contract is an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.

At contract notice and considering the existing service scope, options to expand service scope and the maximum term, the Authority estimated a total valuation at £162,000,000 with an estimated average spend per annum over the full term of approximately £10,000,000 (not to be taken as the budget for year 1 of delivery). The estimated annual spend was based on forecast tonnages and estimated gate fees. The actual spend will be dependent on tendered gate fees, inflation and actual tonnages

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

two.2.5) Award criteria

Quality criterion - Name: Quality including Social Value / Weighting: 35

Price - Weighting: 65

two.2.11) Information about options

Options: Yes

Description of options

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

two.2) Description

two.2.1) Title

Management of Household Waste Recycling Centre Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90530000 - Operation of a refuse site

two.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire
Main site or place of performance

Brixworth Scaldwell Road, Brixworth, Northants NN6 9YE

Daventry Browns Road, Daventry, Northants NN11 4NS

Ecton Lower Ecton Lane, Northants NN3 5HQ

Sixfields Walter Tull Road, Northampton NN5 5QL

Towcester Old Greens Norton Road, Towcester, Northants NN12 8AX

Farthinghoe Farthinghoe Recycling and Reuse Centre, Brackley, Northants NN13 5PB

two.2.4) Description of the procurement

To manage the household waste recycling centre (HWRC) services, currently provided at 6 locations within West Northamptonshire, and arrange for the treatment of waste collected from the sites, with the exception of residual waste which will be treated under a separate contract. The services also include maximising the capture and resale of reusable materials collected at the HWRCs and via the bulky kerbside service. The Authority reserved the right to remove the reuse element during the procurement but did not exercise this right.

Not guarantee is given on tonnage or composition.

At contract notice and considering the existing service scope, options to expand service scope and the maximum term, the Authority estimated a total valuation of £75,000,000 with an estimated average spend per annum over the full term of £5,000,000 (not to be taken as the budget for year 1 of delivery). At contract award, as noted above it is not possible to give a fixed contract value but the award is within scope of the estimated value of the procurement.

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

two.2.5) Award criteria

Quality criterion - Name: Quality including Social Value / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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: 2024/S 000-006428


Section five. Award of contract

Lot No

1

Title

Treatment & Disposal of Residual Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Thalia WB ODC Limited

3rd Floor 3-5 Charlotte Street

Manchester

M1 4HB

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
Companies House

00958007

Internet address

www.thalia.co.uk

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: £162,000,000

Total value of the contract/lot: £162,000,000


Section five. Award of contract

Lot No

2

Title

Management of Household Waste Recycling Centre Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 April 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

FCC Waste Services (UK) Limited

3 Sidings Court White Rose Way

Doncaster

DN4 5NU

Country

United Kingdom

NUTS code
  • UKE31 - Barnsley, Doncaster and Rotherham
Companies House

00988844

Internet address

www.fccenvironment.co.uk

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: £75,000,000

Total value of the contract/lot: £75,000,000


Section six. Complementary information

six.3) Additional information

Additional information in regard to section V.2.4:

Lot 1: Treatment & Disposal of Residual Waste ("Residual Service"):-

The initial estimated value of the contract £162,000,000.

Actual total value will be determined by actual tonnage treated / disposed.

Lot 2: Management of Household Waste Recycling Centre Services ("HWRC Service"):-

The initial estimated value of the contract £75,000,000.

Actual total value will be determined by a number of variables, including tendered prices, inflation and actual tonnages disposed of via this service.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority observed a standstill period in accordance with the Public Contracts Regulations 2015 following notification of intention to award.

The Public Contracts Regulations 2015 sets out the remedies regime applicable to this procurement and applicable timescales.