Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Delamere House, Delamere Street
Crewe
CW1 2LL
Contact
Mr Steve Mellor
steve.mellor@cheshireeast.gov.uk
Telephone
+44 1270686439
Country
United Kingdom
Region code
UKD62 - Cheshire East
Internet address(es)
Main address
http://www.cheshireeast.gov.uk/
Buyer's address
http://www.cheshireeast.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
Cheshire East Borough Council - Contract for Household Waste Recycling Centre Services
Reference number
DN715688
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
Cheshire East Borough Council (the "Authority”) procures a medium-term contract for the operation, management, maintenance, and repair of the Authority-owned Household Waste Recycling Centre (HWRC) Facilities, including all vehicles, equipment, and assets, and delivers associated waste management services to the Authority (the “Contract”).
The scope of the services includes (without limitation) the management, operation, and maintenance of the Authority’s HWRC Facilities; the haulage of residual waste received at the HWRC Facilities to a specified delivery point; and the haulage, treatment, re-use, recovery, and/or disposal of all other waste received at the HWRC Facilities (as more fully described in the procurement documents). The scope of the services also includes works to modify the HWRC Facilities, although such works are currently expected to be relatively minor.
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: £28,113,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKD62 - Cheshire East
two.2.4) Description of the procurement
Context and Contract Services
The Authority is a unitary local authority that provides waste collection and disposal services
to some 406,500 residents. All waste disposal authorities, including the Authority, must
provide facilities for the disposal of household waste. Under Section 51(1)(b) of the
Environmental Protection Act 1990 it shall be the duty of each waste disposal authority to
arrange for Household Waste Recycling Centres (HWRC Facilities) to be provided at which
persons resident in its area may deposit their household waste. There must therefore be
provision for household waste to be disposed of in Cheshire East whether in its current form
or some other sustainable form.
The Authority wishes to enter into a Contract for:
• the management, maintenance, repair, and operation of the Authority’s HWRC Facilities in
line with the Specification and the successful Contractor’s Service Delivery Plans which set
out, as appropriate, how the successful Contractor proposes to provide the Services;
• the receipt and acceptance of residual household waste received at the HWRC Facilities by
the Contractor; and the haulage of residual household waste to the Authority’s Transfer
station located at Cledford Lane, Middlewich, Cheshire East, CW10 0JW. The treatment,
recovery and/or disposal of residual household waste shall be carried out under a separate
Authority waste management contract.
• the receipt, acceptance, haulage; and, the re-use, recycling, treatment, recovery and/or
disposal of all other wastes (with the exception of residual household waste) that are
received at the HWRC Facilities;
• the sale of all process outputs to end markets and disposal of any treatment residues;
• obtaining, maintaining and complying with all consents which may from time to time be
required for the performance of the Services; and,
• the procurement and management of works to modify the HWRC Facilities.
Contract Works
As a comparatively small part of the contract, the Authority will require the Contractor to specify and undertake works at the HWRC Facilities.
Anticipated Changes
The contracting authority reserves the right to introduce anticipated changes to the Services that are foreseeable during the Contract term. These include (without limitation) the closure of a HWRC Facility, the replacement of a HWRC Facility and a change to the delivery point that receives residual household waste.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
An initial term of 7 years and a maximum extension period of 3 years. Any extension shall be at the Council’s sole and absolute discretion and for a period or periods (each to be no less
than one (1) year in duration) of up to three (3) years in the aggregate.
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.2.14) Additional information
The estimated total value of £28.1m included in this Contract Award Notice is the estimated total value for the full possible contract period of 10 years. There is no fixed total cost for this Contract so the estimated total value should be treated as an estimate only and shall not constitute a guaranteed or cap on spend under the Contract. The Authority does not consider that the Net Present Value figure calculated over 7 years for evaluation purposes at Final Tender stage is sufficiently accurate or transparent to be used as the estimated total value in this Contract Award Notice. Instead, the estimated total value has been calculated by the Authority using the bid back prices and one-off capital costs tendered by the Contractor and anticipated tonnages based on historic data, as well as a number of assumptions for costs that cannot be quantified at Contract commencement, including in respect of inflation (basket of indices), market rates for disposal of materials, offtake income opportunities and pass through costs over the 10 year maximum Contract period. The actual sums payable under the Contract will be determined in accordance with the terms of the Payment Mechanism (Schedule 4 to the Contract).
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: 2024/S 000-014920
Section five. Award of contract
Contract No
C2166
Title
Cheshire East Borough Council - Contract for Household Waste Recycling Centre Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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
FCC Waste Services (UK) Limited
3 Sidings Court, White Rose Way
Doncaster
DN4 5NU
Country
United Kingdom
NUTS code
- UKE3 - South Yorkshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £28,113,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87
(Standstill Period)and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
Cheshire East Borough Council incorporated a standstill period at the point information
on the award of the contract was communicated to tenderers. That notification provided full
information on the award decision. The standstill period, which was for a minimum of 10
calendar days provided time for unsuccessful tenderers to review and scrutinise the award
decision before the contract is entered into.