Buyer Name: Wigan Council
Buyer Address: Town Hall, Wigan, UKD36, WN1 1YN, United Kingdom
Contact Name: Peter Davies
Contact Email: p.davies@wigan.gov.uk
Contact Telephone: +44 (0)1942 705129
Buyer Name: Wigan Council
Buyer Address: Town Hall, Wigan, UKD36, WN1 1YN, United Kingdom
Contact Name: Peter Davies
Contact Email: p.davies@wigan.gov.uk
Contact Telephone: +44 (0)1942 705129
Wigan Council is seeking a suitably qualified and experienced supplier to haul and treat it's mixed recyclables (container mix). The waste stream consists of glass, metal and plastic packaging which has been collected from households at the kerbside. The provider will be expected to have the capacity to handle approximately 18,000 tonnes of mixed recycling per annum, equivalent to 80-90 tonnes per operational day. They will be required to collect the material daily, and ensure it is sorted into separate material streams that meet the necessary standard for use/sale into the recycling sector. The contractor will be responsible for all aspects of the contract: 1) Haulage 2) Waste Acceptance 3) Treatment Facility 4) End Markets and End Use 5) Contact Management and Data Assurance 6) Contingency 7) Social Value The contract is for 6 years consisting of an initial 3-year term and two possible extension of two years and one year respectively.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/049552-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 6,000,000
Lot 1 Value (Gross): GBP 7,200,000
Lot 1 Contract Start: 2026-04-01T00:00:00+01:00
Lot 1 Contract End: 2029-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (50%)
Lot 1 Award Criterion (quality): Haulage (5%)
Lot 1 Award Criterion (quality): Waste Acceptance Criteria (5%)
Lot 1 Award Criterion (quality): Treatment Facility (5%)
Lot 1 Award Criterion (quality): Market and End Use (5%)
Lot 1 Award Criterion (quality): Contract Management and Quality Assurance (5%)
Lot 1 Award Criterion (quality): Contingency (5%)
Lot 1 Award Criterion (quality): Social Value (15%)
Lot 1 Award Criterion (quality): Demonstration (5%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PCGG-6481-TZPW",
"name": "Wigan Council"
},
"date": "2025-08-18T14:48:28+01:00",
"id": "049552-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04fd62",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Wigan",
"postalCode": "WN1 1YN",
"region": "UKD36",
"streetAddress": "Town Hall"
},
"contactPoint": {
"email": "p.davies@wigan.gov.uk",
"name": "Peter Davies",
"telephone": "+44 (0)1942 705129"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.wigan.gov.uk/"
},
"id": "GB-PPON-PCGG-6481-TZPW",
"identifier": {
"id": "PCGG-6481-TZPW",
"scheme": "GB-PPON"
},
"name": "Wigan Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-01-30T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "Payments are dependent on certification of the tonnage processed and meeting monthly reporting requirements.\nValid invoices will be paid within 30 days."
},
"coveredBy": [
"GPA"
],
"description": "Wigan Council is seeking a suitably qualified and experienced supplier to haul and treat it\u0027s mixed recyclables (container mix). The waste stream consists of glass, metal and plastic packaging which has been collected from households at the kerbside. The provider will be expected to have the capacity to handle approximately 18,000 tonnes of mixed recycling per annum, equivalent to 80-90 tonnes per operational day. They will be required to collect the material daily, and ensure it is sorted into separate material streams that meet the necessary standard for use/sale into the recycling sector. The contractor will be responsible for all aspects of the contract: 1) Haulage 2) Waste Acceptance 3) Treatment Facility 4) End Markets and End Use 5) Contact Management and Data Assurance 6) Contingency 7) Social Value The contract is for 6 years consisting of an initial 3-year term and two possible extension of two years and one year respectively.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-08-18T14:48:28+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "049552-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/049552-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-09-19T00:00:00+01:00"
},
"id": "DN781407",
"items": [
{
"additionalClassifications": [
{
"description": "Refuse and waste related services",
"id": "90500000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Price per tonne Haulage\nPrice per tonne treatment",
"name": "Price",
"numbers": [
{
"number": 50.0,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Haulage",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Waste Acceptance Criteria",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Treatment Facility",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Market and End Use",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Contract Management and Quality Assurance",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Contingency",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value",
"numbers": [
{
"number": 15.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Site Visit and Presentation",
"name": "Demonstration",
"numbers": [
{
"number": 5.0,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2032-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The contract will have an initial 3 year term with two possible extension of 2 years and one year respectively."
},
"selectionCriteria": {
"criteria": [
{
"description": "The bidder, and their Associated Persons identified for this contract, must provide responses to a series of Mandatory and Discretionary Exclusion questions as part of their core supplier information on Find a Tender (Central Digital Platform). Responses will be assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation.\nEvidence of financial stability assessed in line with the supplier suitability assessment in the Invitation to Tender documentation.\nEvidence of financial stability of parent company or third party guarantor. Commitment to obtain guarantee for the contractor\u0027s parent company (in the event of a contractor having a parent company)\nCommitment to provide the insurance cover: a. Employer\u2019s (Compulsory) Liability Insurance = \u00a310,000,000, for each and every claim, unlimited in any one year; b. Public Liability Insurance = \u00a35,000,000, for each and every claim, unlimited in any one year.",
"type": "economic"
},
{
"description": "Relevant experience and contract examples which demonstrate sufficient technical and professional ability and experience.\nWhere the bidder is to sub-contract a proportion of the contract, evidence is required to demonstrate maintenance of a healthy supply chain with subcontractors and the procedures used to ensure performance of the contract.\nOrganisational standards: a) Site Permit, b) Environmental Management System, c) Waste Carriers\u2019 licence, d) Haulier Operating Licence.\nHealth and Safety - evidence of managing health and safety effectively and ability to control significant risks relevant to the contract (including risks from the use of contractors, where relevant). \nModern Slavery declaration / Artificial Intelligence declaration, assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation. ",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 6000000,
"amountGross": 7200000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "The competitive flexible procedure to be followed will be:\nStage 1: Invitation to tender\nSuppliers are invited to submit an initial tender which will be evaluated in accordance with the evaluation criteria. A maximum of five highest scoring suppliers will be invited to a second stage to demonstrate their solution\nStage 2: Demonstration stage\nA site visit will be undertaken to view the waste sorting facility. Suppliers may request a trial load to process through their facility to test pricing assumptions and the supplier will do a presentation.\nStage 3: Invitation to submit a final prices\nSuppliers will be invited to submit a revised pricing schedule. "
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "There are significant known risks that are likely to impact on the financial profile. \nThe addition/removal of target materials during the contract term will impact on processing and income cost which may be difficult to determine at this stage. \nThe addition of films will need to be added by 31 March 2027 will risk have financial and processing risk.\nVariability and uncertainty in the market availability and pricing of films.\nDetermination of the most appropriate film collection method. \nWaste composition: the nature and composition of the waste will change during the course of the contact due to legal drivers. \nLiquid cartons, plastic/aluminium tubes will need to be collected by local authorities by April 2026. \nThe introduction of the Deposit Return Scheme in October 2027 is likely to significantly reduce the income and may increase the cost of processing because the remaining container mix contains a greater proportion of materials that are less easy to separate. \nThe price of the deposit is unknown. The extent to which retailers can be geared up at the pace and scale that would be required nationwide are likely to be key factors in determining the impact of the scheme and it\u0027s impact on the composition.\nThe introduction of UK Emissions Trading Scheme (UK-ETS) scheme will increase disposal costs.\nThe legal mechanism for passing the costs of the ETS scheme back to local authorities has yet to be determined, so it\u0027s impact on the contract cannot currently be determined.",
"status": "active",
"submissionMethodDetails": "https://www.the-chest.org.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-03T17:00:00+01:00"
},
"title": "Haulage and Treatment of Domestic Mixed Recyclables (Container Mix)",
"value": {
"amount": 6000000,
"amountGross": 7200000,
"currency": "GBP"
}
}
}