Tender

Haulage and Treatment of Domestic Mixed Recyclables (Container Mix)

  • Wigan Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-049552

Procurement identifier (OCID): ocds-h6vhtk-04fd62 (view related notices)

Published 18 August 2025, 2:48pm



Scope

Reference

DN781407

Description

Wigan Council is seeking a suitably qualified and experienced supplier to haul and treat it's mixed recyclables (container mix). The waste stream consists of glass, metal and plastic packaging which has been collected from households at the kerbside. The provider will be expected to have the capacity to handle approximately 18,000 tonnes of mixed recycling per annum, equivalent to 80-90 tonnes per operational day. They will be required to collect the material daily, and ensure it is sorted into separate material streams that meet the necessary standard for use/sale into the recycling sector. The contractor will be responsible for all aspects of the contract: 1) Haulage 2) Waste Acceptance 3) Treatment Facility 4) End Markets and End Use 5) Contact Management and Data Assurance 6) Contingency 7) Social Value The contract is for 6 years consisting of an initial 3-year term and two possible extension of two years and one year respectively.

Total value (estimated)

  • £6,000,000 excluding VAT
  • £7,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2032
  • 6 years

Description of possible extension:

The contract will have an initial 3 year term with two possible extension of 2 years and one year respectively.

Main procurement category

Services

CPV classifications

  • 90500000 - Refuse and waste related services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

The bidder, and their Associated Persons identified for this contract, must provide responses to a series of Mandatory and Discretionary Exclusion questions as part of their core supplier information on Find a Tender (Central Digital Platform). Responses will be assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation.

Evidence of financial stability assessed in line with the supplier suitability assessment in the Invitation to Tender documentation.

Evidence of financial stability of parent company or third party guarantor. Commitment to obtain guarantee for the contractor's parent company (in the event of a contractor having a parent company)

Commitment to provide the insurance cover: a. Employer's (Compulsory) Liability Insurance = £10,000,000, for each and every claim, unlimited in any one year; b. Public Liability Insurance = £5,000,000, for each and every claim, unlimited in any one year.

Technical ability conditions of participation

Relevant experience and contract examples which demonstrate sufficient technical and professional ability and experience.

Where the bidder is to sub-contract a proportion of the contract, evidence is required to demonstrate maintenance of a healthy supply chain with subcontractors and the procedures used to ensure performance of the contract.

Organisational standards: a) Site Permit, b) Environmental Management System, c) Waste Carriers' licence, d) Haulier Operating Licence.

Health and Safety - evidence of managing health and safety effectively and ability to control significant risks relevant to the contract (including risks from the use of contractors, where relevant).

Modern Slavery declaration / Artificial Intelligence declaration, assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

19 September 2025, 12:00am

Submission type

Tenders

Tender submission deadline

3 October 2025, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 January 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Price

Price per tonne Haulage

Price per tonne treatment

Price 50.00%
Social Value Quality 15.00%
Haulage Quality 5.00%
Waste Acceptance Criteria Quality 5.00%
Treatment Facility Quality 5.00%
Market and End Use Quality 5.00%
Contract Management and Quality Assurance Quality 5.00%
Contingency Quality 5.00%
Demonstration

Site Visit and Presentation

Quality 5.00%

Other information

Payment terms

Payments are dependent on certification of the tonnage processed and meeting monthly reporting requirements.

Valid invoices will be paid within 30 days.

Description of risks to contract performance

There are significant known risks that are likely to impact on the financial profile.

The addition/removal of target materials during the contract term will impact on processing and income cost which may be difficult to determine at this stage.

The addition of films will need to be added by 31 March 2027 will risk have financial and processing risk.

Variability and uncertainty in the market availability and pricing of films.

Determination of the most appropriate film collection method.

Waste composition: the nature and composition of the waste will change during the course of the contact due to legal drivers.

Liquid cartons, plastic/aluminium tubes will need to be collected by local authorities by April 2026.

The introduction of the Deposit Return Scheme in October 2027 is likely to significantly reduce the income and may increase the cost of processing because the remaining container mix contains a greater proportion of materials that are less easy to separate.

The price of the deposit is unknown. The extent to which retailers can be geared up at the pace and scale that would be required nationwide are likely to be key factors in determining the impact of the scheme and it's impact on the composition.

The introduction of UK Emissions Trading Scheme (UK-ETS) scheme will increase disposal costs.

The legal mechanism for passing the costs of the ETS scheme back to local authorities has yet to be determined, so it's impact on the contract cannot currently be determined.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The competitive flexible procedure to be followed will be:

Stage 1: Invitation to tender

Suppliers are invited to submit an initial tender which will be evaluated in accordance with the evaluation criteria. A maximum of five highest scoring suppliers will be invited to a second stage to demonstrate their solution

Stage 2: Demonstration stage

A site visit will be undertaken to view the waste sorting facility. Suppliers may request a trial load to process through their facility to test pricing assumptions and the supplier will do a presentation.

Stage 3: Invitation to submit a final prices

Suppliers will be invited to submit a revised pricing schedule.


Contracting authority

Wigan Council

  • Public Procurement Organisation Number: PCGG-6481-TZPW

Town Hall

Wigan

WN1 1YN

United Kingdom

Contact name: Peter Davies

Telephone: +44 (0)1942 705129

Email: p.davies@wigan.gov.uk

Website: http://www.wigan.gov.uk/

Region: UKD36 - Greater Manchester North West

Organisation type: Public authority - sub-central government