Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 2nd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c178
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£750,000
More Tenders »

North West

Category Services

Type

No. of Lots 1

Status Active

Published 2nd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c178
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£750,000

Section I: Contracting authority

I.1) Name and addresses

Wigan Council

Town Hall, Library Street

Wigan

WN1 1YN

Contact

Mr. Peter Davies

Email

P.Davies [at] wigan.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=1b49ba03-7ea6-ef11-8132-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=1b49ba03-7ea6-ef11-8132-005056b64545

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Haulage and Treatment of Paper and Card Waste

Reference number

DN752629

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is seeking to appoint a suitably qualified and experienced provider to manage the Haulage and Treatment of the Kerbside Collected Paper and Card Waste. The contract will involve the collection and treatment of approximately 11,000 tonnes of waste paper per annum from Wigan's Waste Transfer Station. This equates to around 50 tonnes per day (or 2 to 3 articulated vehicles per day).

The Paper and Card shall be accepted into a legally permitted facility controlled by the Provide which the capacity to accept all of Wigan’s paper/card waste daily. The facility should ensure the highest level of paper/card waste recycling is achieved, and to that end it should be sorted into marketable products that meet the necessary standards of the paper and card recycling industry. The Provider should expect the level of contamination to be approximately 9%. The Provider will need to demonstrate how they will deliver all key aspects of the service which includes: collection and haulage, waste treatment; waste acceptance criteria; recycling and end markets; contract management and quality assurance; business continuity; transitional arrangements; and, social value.

The contract values stipulated at II.1.5 and II.2.6 are the estimated net income to Wigan Council over the 6 year contract period. The tenderer is asked to submit a price per tonne for haulage and a separate price per tonne for treatment. The net monthly charge (or payment) will be net of a rebate (price per tonne) for the value/sale of paper and card based on published prices. The proposed contract will be for 3 years with two options to extend for 2 years and 1 year respectively.

II.1.5) Estimated total value

Value excluding VAT: £750,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

II.2.4) Description of the procurement

The Council is seeking to appoint a suitably qualified and experienced provider to manage the Haulage and Treatment of the Kerbside Collected Paper and Card Waste. The contract will involve the collection and treatment of approximately 11,000 tonnes of waste paper per annum from Wigan's Waste Transfer Station. This equates to around 50 tonnes per day (or 2 to 3 articulated vehicles per day).

The Paper and Card shall be accepted into a legally permitted facility controlled by the Provide which the capacity to accept all of Wigan’s paper/card waste daily. The facility should ensure the highest level of paper/card waste recycling is achieved, and to that end it should be sorted into marketable products that meet the necessary standards of the paper and card recycling industry. The Provider should expect the level of contamination to be approximately 9%. The Provider will need to demonstrate how they will deliver all key aspects of the service which includes: collection and haulage, waste treatment; waste acceptance criteria; recycling and end markets; contract management and quality assurance; business continuity; transitional arrangements; and, social value.

The contract values stipulated at II.1.5 and II.2.6 are the estimated net income to Wigan Council over the 6 year period. The tenderer is asked to submit a price per tonne for haulage and a separate price per tonne for treatment. The net monthly charge (or payment) will be net of a rebate (price per tonne) for the value/sale of paper and card based on published prices. The proposed contract will be for 3 years with two options to extend for 2 years and 1 year respectively.

II.2.5) Award criteria

Quality criterion - Name: Collection and Haulage / Weighting: 5%

Quality criterion - Name: Treatment Requirements / Weighting: 5%

Quality criterion - Name: Waste Acceptance Criteria / Weighting: 5%

Quality criterion - Name: Recycling and End Markets / Weighting: 5%

Quality criterion - Name: Contract Management and Quality Assurance / Weighting: 5%

Quality criterion - Name: Business Continuity and Transitional Arrangements / Weighting: 5%

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

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £750,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial term is 36 months, with two possible extensions of 24 month and 12 months respectively.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

16 January 2025

Local time

5:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

21 January 2025

Local time

10:30am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom