Scope
Reference
24-107 / DN773914
Description
Wirral Council is conducting a Competitive Flexible Procedure for its Recycling, Waste & Street Cleansing Services Contract.
Background Information
Wirral Council (the Authority) is committed to upholding and protecting Wirral's environment and putting emphasis on the delivery of high quality and effective environmental services. As set out in the Authority's corporate plan - 'Wirral Plan 2023-2027: Wirral Working Together,' the Authority has prioritised responding to the declared environment and climate emergency and protecting the environment. The Authority regards the new Recycling, Waste & Streetscene Contract as a key component in the response to this corporate priority.
The successful Tenderer will play an integral part of the response to the corporate priority by working closely with the Authority and its partners, to deliver effective environmental services and doing everything it can within their influence to protect Wirral's environment.
The new contract will build on the good delivery of the current contract to transform performance levels and address legislative changes, to provide an excellent experience for Wirral residents and visitors.
The Authority has defined the direction and approach to service transformation and improved waste management and street cleansing performance through its Waste & Street Cleansing Strategy - 'Rethinking Waste: Reduce, Reuse, Recycle, Recover 2025-2030'. The strategy sets out how the Authority will deliver its statutory obligations relating to waste collection and street cleansing and align with national legislation and regional environmental objectives.
Tenderers should refer to The Chest Portal for the full suite of tender documentation. Instructions on how to access the tender documentation can be found at the "Submission" section of this Tender Notice.
Scope
The Contract shall include the following Services:
Recycling and Waste Collection Services
Household Residual Waste Collection from Street Level Properties (Service Delivery Options A & B)
Household Dry Recycling Collection from Street Level Properties
Household Food Waste Collection from Street Level Properties
Household Garden Waste Collection from Street Level Properties
Household Residual Waste Collection from Communal Properties (Service Delivery Options A & B)
Household Dry Recycling Collection from Communal Properties
Household Food Waste Collection from Communal Properties
Household Residual Waste Collection from Flats Above Shops (Service Delivery Options A & B)
Household Dry Recycling Collection from Flats Above Shops
Household Food Waste Collection from Flats Above Shops
School and Authority Office Dry Recycling Collection
Bulky Waste Collection Service and POPs
Clinical Waste Service
Cleansing Services
Mechanical and Manual Cleansing
Litter Bin Service
Street washing
Subways, Bridges and Footbridges
Cleansing of Promenades and Associated Areas
Cleansing of Car Parks
Removal of Flytipping and Abandoned Waste
Dead Animal Clearance
Seasonal leaf, blossom and fruit fall
Weed treatment and removal
Clearance of revetments, sand and tidal debris
Fairs, Markets and other special Events Cleansing
Match Day Cleansing
Traffic Management
Provision of a Rapid Response Service (including out of hours and call out)
Additional Information:
Vehicles: The Authority shall provide funding for all Authority Financed Assets required during the Contract Period (in line with the provisions contained within the Contract and the associated Schedules). For the avoidance of doubt, this shall include replacement Vehicles. By way of example only, this may include replacement small mechanical sweepers which have a shorter depreciation period than the Initial Term. The Authority has also recently purchased Food Waste RCVs to accommodate the rollout of this Service, and these RCVS shall be available for the Contractor to use under the new Contract. transfer to the new Contract for the Contractor to use.
Provision of Depot: The Authority shall provide the Contractor a Depot (the Dock Road Depot) for use on the basis of a peppercorn rent. Use of the Depot shall be mandatory.
Alternative Service Delivery Options:
Service Delivery Option A: 240L residual waste collected fortnightly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) ; and
Service Delivery Option B: 240L residual waste collected three-weekly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service)
Anticipated Changes:
There are a number of services which the Authority may wish to implement during the term of the Contract, known as Anticipated Changes. These potential services comprise:
1. Sub-terranean refuse collection in new high density and multi-occupational housing - Under this Anticipated Change, the Contractor would be required to provide Household Residual Waste Collection, Household Dry Recycling Collection and Household Food Waste Collection from sub-terranean refuse collection points in new high density and multi-occupational housing
2. Additional dry recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Parts 2 to 5 (excluding Part 4 paragraph 4(1)(e)) of the Separation of Waste (England) Regulations 2024 to the extent not already included within the Target Materials in the Specification.
3. Films and flexible plastics recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Part 4 paragraph 4(1)(e) of the Separation of Waste (England) Regulations 2024.
4. Separate collection of paper and card - Under this Anticipated Change, the Contractor would be required to provide its Household Dry Recycling Collection service as a dual-stream service, on a rolling three-weekly basis alongside Household Dry Recycling Collection and Household Food Waste Collection as follows:
Week 1) Collection of paper & cardboard and Food Waste Collection.
Week 2) Collection of other dry mixed recycling and Food Waste Collection.
Week 3) Household Residual Waste Collection and Food Waste Collection.
5. Small WEEE and household batteries - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of small WEEE and household batteries.
Total value (estimated)
- £320,000,000 excluding VAT
- £384,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 22 August 2027 to 21 August 2035
- Possible extension to 21 August 2043
- 16 years
Description of possible extension:
8-year initial term with the option to extend for a further 8-year period in accordance with the terms of the Contract.
Main procurement category
Services
CPV classifications
- 90511000 - Refuse collection services
- 90514000 - Refuse recycling services
- 90612000 - Street-sweeping services
Contract locations
- UKD74 - Wirral
Participation
Legal and financial capacity conditions of participation
Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.
Technical ability conditions of participation
Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.
Submission
Enquiry deadline
9 July 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
14 July 2025, 12:00pm
Submission address and any special instructions
The full tender documents are available for unrestricted and full direct access, free of charge at:
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 21 August 2042
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical / Quality | The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents. |
Quality | 50% |
Commercial | The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents. |
Price | 40% |
Social Value | The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents. |
Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This Tender Notice relates to the award of a public contract through a Competitive Flexible Procedure in accordance with section 20(1) and 20(2)(b) of the Procurement Act 2023 ('PA 2023').
For a description of the process to be followed, including conditions of participation to be applied in the selection of suppliers, the process for submitting initial and final tenders (including dialogue sessions), and award criteria and assessment methodology, refer to the associated tender documents made available together with this Notice. The associated tender documents include the 'Procurement Specific Questionnaire' and accompanying instructions, and the draft 'Invitation to Submit Initial Tenders' (and its appendices).
The Contracting Authority reserves its right to rely on section 24 PA 2023 to refine award criteria as part of the competitive flexible procedure. Refinements to the award criteria may include but are not limited to:
refining award criteria weightings
adding sub-criteria or more detail to the sub-criteria (relevant to the existing main criteria).
In addition, the Contracting Authority may also rely on section 31 PA 2023 to modify the terms of the procurement as set out in this tender notice or the associated tender documents.
When assessing tenders for the purposes of contract award under section 19 PA 2023, the contracting authority will apply a set of pass/fail criteria (including minimum score thresholds) that only apply to the assessment of final tenders (and not of initial tenders). Such pass/fail criteria, and when and how they are to be applied, are fully set out in the assessment methodology appended to draft 'Invitation to Submit Initial Tenders'. For the avoidance of doubt, applying the final tender-specific pass/fail criteria only at final tender stage (and not at initial tender stage), in accordance with the published assessment methodology, does not constitute a refinement of award criteria under section 24 nor a modification of terms of the procurement under section 31 PA 2023.
Justification for not publishing a preliminary market engagement notice
A Preliminary Market Engagement Notice under the PA 2023 was not published because the preliminary market engagement was undertaken, and notice of it provided in a PIN on 24/07/2024 (Notice Identifier: 2024/S 000-023350), prior to the PA 2023 coming into force.
Contracting authority
Wirral Council
- Public Procurement Organisation Number: PBCP-8675-BHWT
Town Hall, Brighton Street
Wallasey
CH44 8ED
United Kingdom
Region: UKD74 - Wirral
Organisation type: Public authority - sub-central government
Other organisations
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
SHARPE PRITCHARD LLP
Summary of their role in this procurement: Legal Advice and Support Services
- Companies House: OC378650
- Public Procurement Organisation Number: PRCR-4411-VZCV
Elm Yard, 10-16 Elm Street
London
WC1X 0BJ
United Kingdom
Email: tenders@sharpepritchard.co.uk
Website: http://www.sharpepritchard.co.uk
Region: UKI31 - Camden and City of London
EUNOMIA RESEARCH & CONSULTING LIMITED
Summary of their role in this procurement: Technical Advice and Support Services
- Companies House: 04150627
- Public Procurement Organisation Number: PNGQ-1887-ZDDX
37 Queen Square
Bristol
BS1 4QS
United Kingdom
Email: tenders@eunomia.co.uk
Website: http://www.eunomia.eco
Region: UKK11 - Bristol, City of
SOCIAL VALUE PORTAL LTD
Summary of their role in this procurement: Social Value Evaluators
- Companies House: 09197997
- Public Procurement Organisation Number: PQHH-4489-TLZM
Tintagel House
London
SE1 7TY
United Kingdom
Email: sales@socialvalueportal.com
Region: UKI45 - Lambeth