Contract

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

  • Rotherham Metropolitan Borough Council

F03: Contract award notice

Notice identifier: 2024/S 000-028722

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

Published 9 September 2024, 10:04am



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.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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £4,425,205.84

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

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 40

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-007464


Section five. Award of contract

Contract No

1

Title

Household Waste Recycling Centres

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 August 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

H W Martin Waste Ltd

Fordbridge Lane, Blackwell

Alfreton

DE55 5JY

Email

awebb@hwmartin.com

Telephone

+44 1773860600

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
National registration number

352838537

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: £5,800,000

Total value of the contract/lot: £4,425,205.84


Section six. Complementary information

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.4.4) 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