II.1)
Scope of the procurement
Management of Rotherham's Household Waste Recycling Centres (HWRCs)
Reference number:
22-191
90533000
-
Waste-tip management services
Services
II.1.4)
Short description
The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council’s administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council’s required waste management Service than is currently available.
The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
II.1.6)
Information about lots
This contract is divided into lots:
no
II.1.7)
Total value of the procurement
Value excluding VAT:
4425205.84
GBP
II.2.2)
Additional CPV code(s)
90000000
-
Sewage, refuse, cleaning and environmental services
90500000
-
Refuse and waste related services
90530000
-
Operation of a refuse site
90700000
-
Environmental services
II.2.3)
Place of performance
NUTS code:
UKE31 -
Barnsley, Doncaster and Rotherham
Main site or place of performance:
Borough of Rotherham
II.2.4)
Description of the procurement
The Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council’s administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council’s required waste management Service than is currently available.
The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
The Council wish to make a capital contribution for some elements of the site infrastructure (cabins, skips, ramps, 360 plant) that will transfer to the Council on the Insourcing Date (28 October 2026).
The Council expects the Waste Management Licenses to be transferred to the Contractor (from the incumbent service provider which presently provide a service similar to the Front Facing Service requirement advertised here for the Council) on completing the Contract following this procurement exercise. During the transition from the Contractor to the Council it is the Council’s intention to move to Standard Rules Environmental Permits for each of the Sites to substitute for the Waste Management Licenses. Should there by any delay in obtaining the Standard Rules Environmental Permits the Council may require the Contractor to continue providing the Front Facing Service inline with the Contract Terms.
The Contractor shall manage the Sites in a safe and cost effective manner, whilst prioritising and maximising the potential for re-use, repair, reclamation and recycling of Household Waste(s).
The Contractor shall manage the transport, recycling and disposal of Household Waste deposited at the Sites (including residual and garden waste streams where disposal shall be dealt with by the Council) for the full Contract Term.
The Council requires haulage services that operate in compliance with local planning conditions, operating permits/rules for the Sites and when accessing any offtaker disposal sites and applicable Laws (especially Laws concerning the environment and transport) for the full Contract Term.
A partnership approach to a re-use and repair arrangement is sought by the Council which is expected to be self-funding and any surplus revenue beyond covering the Contractor’s costs in providing re-use and repair capacity shall be used to reinvest in that element of the Service.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40
Quality criterion
-
Name:
Social Value
/
Weighting:
20
Price
-
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
The 84 months referred to at II.2.7 is broken down as follows:
The Council will be entering into an initial 60 month contract period, with a potential option to extend by a further 24 month period.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no