Contract

Provision of a Waste Transfer Station

  • South Oxfordshire District Council
  • Vale of White Horse District Council

F03: Contract award notice

Notice identifier: 2025/S 000-036587

Procurement identifier (OCID): ocds-h6vhtk-046b9a (view related notices)

Published 2 July 2025, 6:19am



Section one: Contracting authority

one.1) Name and addresses

South Oxfordshire District Council

Abbey House, Abbey Close

Abingdon

OX143JE

Email

Procurement@southandvale.gov.uk

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.southoxon.gov.uk

one.1) Name and addresses

Vale of White Horse District Council

Abbey House, Abbey Close

Abingdon

OX14 3JE

Email

procurement@southandvale.gov.uk

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.whitehorsedc.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

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

Provision of a Waste Transfer Station

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

a) South Oxfordshire District Council and Vale of White Horse District Council (the Councils) operate a shared household waste collection service. This is currently subject to a contractual arrangement with a company that lease a site that includes a Waste Transfer Facility. This will change going forward.

b) Through the shared collection contract, the Council's currently provide separate kerbside collection of co-mingled dry recycling, food waste, garden waste and residual waste and are in the top 5 local authorities in the country for recycling performance

c) the current waste transfer facilities are only used for "dry mixed recyclate" (DMR) which is the co-mingled recyclable waste stream. The non-recyclable (residual), garden waste and food waste all have existing in-district drop-off points and are not included in the contract being tendered.

d) the current transfer station is not secured for the long term. Therefore, the Councils are seeking alternative transfer provision

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: £2,214,800

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

a) The DMR is currently fully co-mingled, so includes all plastics (except for polystyrene, P VC, other hard plastics and plastic film), cans and tins, glass, cartons (including Tetrapaks) and paper and card. Small Electricals, household batteries and textiles are also collected in smaller quantities using baskets under the body of the RCVs.

b) The average amount of DMR collected annually by both Councils combined is 28,000 tonnes. This translates to twenty to twenty five vehicle drops per day.

c) Whilst the population of the two districts continues to grow, measures in the Environment Act around Extending Producer Responsibilities and the Deposit Return Scheme means the expectation is that tonnages will remain between 25,000 and 30,000 tonnes per annum

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45%

Quality criterion - Name: Carbon Reduction & Energy Efficiency / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40

two.2.11) Information about options

Options: 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-016556


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 April 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

FCC Recycling (UK)

Doncaster

Country

United Kingdom

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

02674166

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: £2,214,800

Total value of the contract/lot: £2,214,800


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution (CEDR)

London

Country

United Kingdom