Contract

Residual Waste Treatment, Recyclate processing, & Food Waste Treatment Services

  • Warrington Borough Council

F03: Contract award notice

Notice identifier: 2024/S 000-037617

Procurement identifier (OCID): ocds-h6vhtk-03d579

Published 21 November 2024, 10:06am



Section one: Contracting authority

one.1) Name and addresses

Warrington Borough Council

East Annexe, Town Hall, Sankey Street

Warrington

WA1 1UH

Contact

Mr Greg Yeomans

Email

gyeomans@warrington.gov.uk

Country

United Kingdom

Region code

UKD61 - Warrington

Internet address(es)

Main address

http://www.warrington.gov.uk/

Buyer's address

http://www.warrington.gov.uk/

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

Residual Waste Treatment, Recyclate processing, & Food Waste Treatment Services

Reference number

DN667854

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Warrington Borough Council is a unitary local authority that provides waste collection and disposal services to some 90,500 households accommodating a population of around 211,000. The Council provides a range of household waste collection services including residual, dry recycling, and garden waste collections. Additional waste streams handled by the Council include bulky wastes and street cleansing wastes.

The Environment Act (2021) may require the Council to alter and augment its current household waste services, through the introduction of a source separated food waste collection, and separately, through the streaming of the current comingled dry mixed recycling service.

The Council are looking to enter into contract(s) for the provision of waste treatment and recycling services for the waste streams that are currently collected by the Council as well as future waste streams that the Council may collect following the Environment Act reforms. These waste services are being procured in three Lots which include:

Lot 1 – Residual Waste Treatment;

Lot 2 – Recyclate Processing; and,

Lot 3 – Food Waste Treatment

The scope of the service required in each Lot includes the provision of a reception point for Council vehicles to make deliveries of waste, treatment recycling and/or disposal of material, all transport of waste and resulting fractions, and the marketing and management of all process outputs (e.g. products and residues) from the treatment process. The scope of each lot also includes managing the service, collecting and reporting service information, reducing carbon emissions associated with managing the Councils waste, and providing social value within the Warrington administrative area.

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: £7,515,000

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington

two.2.4) Description of the procurement

Warrington Borough Council is a unitary local authority that provides waste collection and disposal services to some 90,500 households accommodating a population of around 211,000. The Council provides a range of household waste collection services including residual, dry recycling, and garden waste collections. Additional waste streams handled by the Council include bulky wastes and street cleansing wastes.

The Environment Act (2021) may require the Council to alter and augment its current household waste services, through the introduction of a source separated food waste collection, and separately, through the streaming of the current comingled dry mixed recycling service.

The Council are looking to enter into contract(s) for the provision of waste treatment and recycling services for the waste streams that are currently collected by the Council as well as future waste streams that the Council may collect following the Environment Act reforms. These waste services are being procured in three Lots which include:

Lot 1 – Residual Waste Treatment;

Lot 2 – Recyclate Processing; and,

Lot 3 – Food Waste Treatment

The scope of the service required in each Lot includes the provision of a reception point for Council vehicles to make deliveries of waste, treatment recycling and/or disposal of material, all transport of waste and resulting fractions, and the marketing and management of all process outputs (e.g. products and residues) from the treatment process. The scope of each lot also includes managing the service, collecting and reporting service information, reducing carbon emissions associated with managing the Councils waste, and providing social value within the Warrington administrative area.

two.2.5) Award criteria

Quality criterion - Name: Executive Summary / Weighting: 0

Quality criterion - Name: Contract Waste Reception / Weighting: 15

Quality criterion - Name: Contract Waste Treatment and Disposal / Weighting: 28

Quality criterion - Name: Regulatory Compliance and Management / Weighting: 10

Quality criterion - Name: Health, Safety and Welfare Plan / Weighting: 10

Quality criterion - Name: Data Monitoring Management, Reporting and Council Liaison / Weighting: 5

Quality criterion - Name: Contingency Plan / Weighting: 5

Quality criterion - Name: Quality and Environmental Management Systems / Weighting: 5

Quality criterion - Name: Carbon Management / Weighting: 7

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Mobilisation and Expiry / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington

two.2.4) Description of the procurement

Warrington Borough Council is a unitary local authority that provides waste collection and disposal services to some 90,500 households accommodating a population of around 211,000. The Council provides a range of household waste collection services including residual, dry recycling, and garden waste collections. Additional waste streams handled by the Council include bulky wastes and street cleansing wastes.

The Environment Act (2021) may require the Council to alter and augment its current household waste services, through the introduction of a source separated food waste collection, and separately, through the streaming of the current comingled dry mixed recycling service.

The Council are looking to enter into contract(s) for the provision of waste treatment and recycling services for the waste streams that are currently collected by the Council as well as future waste streams that the Council may collect following the Environment Act reforms. These waste services are being procured in three Lots which include:

Lot 1 – Residual Waste Treatment;

Lot 2 – Recyclate Processing; and,

Lot 3 – Food Waste Treatment

The scope of the service required in each Lot includes the provision of a reception point for Council vehicles to make deliveries of waste, treatment recycling and/or disposal of material, all transport of waste and resulting fractions, and the marketing and management of all process outputs (e.g. products and residues) from the treatment process. The scope of each lot also includes managing the service, collecting and reporting service information, reducing carbon emissions associated with managing the Councils waste, and providing social value within the Warrington administrative area.

two.2.5) Award criteria

Quality criterion - Name: Executive Summary / Weighting: 0

Quality criterion - Name: Contract Waste Reception / Weighting: 15

Quality criterion - Name: Contract Waste Treatment and Disposal / Weighting: 28

Quality criterion - Name: Regulatory Compliance and Management / Weighting: 10

Quality criterion - Name: Health, Safety and Welfare Plan / Weighting: 10

Quality criterion - Name: Data Monitoring Management, Reporting and Council Liaison / Weighting: 5

Quality criterion - Name: Contingency Plan / Weighting: 5

Quality criterion - Name: Quality and Environmental Management Systems / Weighting: 5

Quality criterion - Name: Carbon Management / Weighting: 7

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Mobilisation and Expiry Plan / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington

two.2.4) Description of the procurement

Warrington Borough Council is a unitary local authority that provides waste collection and disposal services to some 90,500 households accommodating a population of around 211,000. The Council provides a range of household waste collection services including residual, dry recycling, and garden waste collections. Additional waste streams handled by the Council include bulky wastes and street cleansing wastes.

The Environment Act (2021) may require the Council to alter and augment its current household waste services, through the introduction of a source separated food waste collection, and separately, through the streaming of the current comingled dry mixed recycling service.

The Council are looking to enter into contract(s) for the provision of waste treatment and recycling services for the waste streams that are currently collected by the Council as well as future waste streams that the Council may collect following the Environment Act reforms. These waste services are being procured in three Lots which include:

Lot 1 – Residual Waste Treatment;

Lot 2 – Recyclate Processing; and,

Lot 3 – Food Waste Treatment

The scope of the service required in each Lot includes the provision of a reception point for Council vehicles to make deliveries of waste, treatment recycling and/or disposal of material, all transport of waste and resulting fractions, and the marketing and management of all process outputs (e.g. products and residues) from the treatment process. The scope of each lot also includes managing the service, collecting and reporting service information, reducing carbon emissions associated with managing the Councils waste, and providing social value within the Warrington administrative area.

two.2.5) Award criteria

Quality criterion - Name: Executive Summary / Weighting: 0

Quality criterion - Name: Contract Waste Reception / Weighting: 15

Quality criterion - Name: Contract Waste Treatment and Disposal / Weighting: 28

Quality criterion - Name: Regulatory Compliance and Management / Weighting: 10

Quality criterion - Name: Health, Safety and Welfare Plan / Weighting: 10

Quality criterion - Name: Data Monitoring Management, Reporting and Council Liaison / Weighting: 5

Quality criterion - Name: Contingency Plan / Weighting: 5

Quality criterion - Name: Quality and Environmental Management Systems / Weighting: 5

Quality criterion - Name: Carbon Management / Weighting: 7

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Mobilisation and Expiry Plan / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: No

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

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: 2023/S 000-016580

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

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

WSR Recycling Ltd

Ditton Road

Widnes

WA8 0PA

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,900,000


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 September 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

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

WSR Recycling Ltd

Ditton Road

Widnes

WA8 OPA

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,250,000


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 August 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 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

Biogen ( UK ) Limited

Milton Parc,

Milton Ernest

MK44 1YU

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £365,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

London

Country

United Kingdom