91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 6

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e439
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£1,265,000
« Previous Page

North West

Category Services

Type

No. of Lots 6

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e439
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen 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

Email

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