Construction Contract Leads
North West
Category Services
Type
No. of Lots 6
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e439 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | £1,265,000 |
North West
Category Services
Type
No. of Lots 6
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e439 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | £1,265,000 |
Section I: Contracting authority
I.1) Name and addresses
Halton Borough Council
Kingsway House, Kingsway
Widnes
WA8 7EA
Contact
Miss Vicky Tiernan
vicky.tiernan [at] halton.gov.uk
Telephone
+44 01515118774
Country
United Kingdom
NUTS code
UKD71 - East Merseyside
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Waste Recycling and Treatment Services
Reference number
DN764126
II.1.2) Main CPV code
- 90500000 - Refuse and waste related services
II.1.3) Type of contract
Services
II.1.4) Short description
Halton Borough Council is seeking to procure a service for the receipt, recycling, treatment or disposal of a number of municipal waste streams produced from the delivery of its Open Spaces Services and Waste Management Functions. The service shall also include the provision of skips.
The tender has been split into Lots, which are detailed below:
Lot 1 – Bulky Household Waste
Comprising bulky household waste items, such as but not limited to, furniture, beds, mattresses.
This will include domestic seating waste that contains persistent organic pollutants (POPS). To ensure compliance with relevant legislation, disposal arrangements and procedures will be requested.
Note - This Lot does not include ‘white goods’, such as cookers and refrigerators or freezers, or televisions and other display screens.
Estimated Annual Tonnage is 150
Lot 2 – Mechanical Sweepings
Waste from mechanical street sweeping machines
Estimated Annual Tonnage is 1260
Lot 3 – Street Cleansing Waste
Mixed waste materials collected from street cleaning operations such as litter and fly tipped items.
Estimated Annual Tonnage is 700
Lot 4 – Horticultural Waste
Waste collected from the Council’s Landscape Maintenance operations, such as but not limited to, tree prunings
Estimated Annual Tonnage is 700
Lot 5 – Hazardous Waste (Tyres)
Various sized vehicle tyres
Estimated Annual Tonnage is 9
Lot 6 – Skip Hire
Public Places
Provision of 8 yard skips for placement in public places for the separate depositing of the following materials;
Metals
Wood
General Waste
Note – The Council may require individual skips to be provided or up to all 3 of the above skips to be provided at the same time; including on a Saturday.
Estimated Number of skips per annum 80
Halton Borough Council Premises
Placement and emptying of skips at HBC premises as per the details below.
10 yard skips for scrap metal
Estimated Number of skips per annum 6
40 yard skips for general waste
Estimated Number of skips per annum 15
Green Waste & Soil Skips (Cemeteries)
Placement and emptying of the green waste and soil at HBC Cemeteries as per the details below.
Wait & Load – Green Waste (1 cemetery)
Wait & Load – Soil (2 cemeteries)
Estimated Number of total wait & loads per annum 12
15yd RORO Skip – Soil (1 cemetery)
15yd RORO Skip - Green Waste (2 cemeteries)
Estimated Number of skips per annum 12
Bidders may bid for individual or multiple lots in any quantity or combination.
Lots will be awarded separately and in accordance with the award criteria set out in the Invitation To Tender document
II.1.5) Estimated total value
Value excluding VAT: £1,265,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Bulky Household Waste
Lot No
1
II.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
II.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
II.2.4) Description of the procurement
Comprising bulky household waste items, such as but not limited to, furniture, beds, mattresses.
This will include domestic seating waste that contains persistent organic pollutants (POPS). To ensure compliance with relevant legislation, disposal arrangements and procedures will be requested.
Price provided should be for Bulky waste containing POPS and Bulky waste not containing POPS (if applicable).
Note - This Lot does not include ‘white goods’, such as cookers and refrigerators or freezers, or televisions and other display screens.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £100,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Mechanical Sweepings
Lot No
2
II.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
II.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
II.2.4) Description of the procurement
Waste from mechanical street sweeping machines
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £400,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Street Cleansing Waste
Lot No
3
II.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
II.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
II.2.4) Description of the procurement
Mixed waste materials collected from street cleaning operations such as litter and fly tipped items.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £250,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Horticultural Waste
Lot No
4
II.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
II.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
II.2.4) Description of the procurement
Waste collected from the Council’s Landscape Maintenance operations, such as but not limited to, tree prunings
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £200,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Hazardous Waste (Tyres)
Lot No
5
II.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
II.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
II.2.4) Description of the procurement
Various sized vehicle tyres
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £12,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Skip Hire
Lot No
6
II.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
II.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
II.2.4) Description of the procurement
Various sizes and types of skips
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
No
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
24 March 2025
Local time
1:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
1:00pm
Place
Information about authorised persons and opening procedure
Procurement Category Manager
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom