← Back to opportunities

Recycling, Waste & Street Cleansing Contract

Wirral Council

Buyer Contact Info

Buyer Name: Wirral Council

Buyer Address: Town Hall, Brighton Street, Wallasey, UKD74, CH44 8ED, United Kingdom

Contact Email: procurementcorporate@wirral.gov.uk

Buyer Name: SHARPE PRITCHARD LLP

Buyer Address: Elm Yard, 10-16 Elm Street, London, UKI31, WC1X 0BJ, United Kingdom

Contact Email: tenders@sharpepritchard.co.uk

Show 2 more buyers

Buyer Name: EUNOMIA RESEARCH & CONSULTING LIMITED

Buyer Address: 37 Queen Square, Bristol, UKK11, BS1 4QS, United Kingdom

Contact Email: tenders@eunomia.co.uk

Buyer Name: SOCIAL VALUE PORTAL LTD

Buyer Address: Tintagel House, London, UKI45, SE1 7TY, United Kingdom

Contact Email: sales@socialvalueportal.com

Status
active
Procedure
selective
Value
320000000.0 GBP
Gross: 384000000 GBP
Published
13 Jun 2025, 14:11
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
90511000 - Refuse collection services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Wirral Council is conducting a Competitive Flexible Procedure for its Recycling, Waste & Street Cleansing Services Contract. Background Information Wirral Council (the Authority) is committed to upholding and protecting Wirral's environment and putting emphasis on the delivery of high quality and effective environmental services. As set out in the Authority's corporate plan - 'Wirral Plan 2023-2027: Wirral Working Together,' the Authority has prioritised responding to the declared environment and climate emergency and protecting the environment. The Authority regards the new Recycling, Waste & Streetscene Contract as a key component in the response to this corporate priority. The successful Tenderer will play an integral part of the response to the corporate priority by working closely with the Authority and its partners, to deliver effective environmental services and doing everything it can within their influence to protect Wirral's environment. The new contract will build on the good delivery of the current contract to transform performance levels and address legislative changes, to provide an excellent experience for Wirral residents and visitors. The Authority has defined the direction and approach to service transformation and improved waste management and street cleansing performance through its Waste & Street Cleansing Strategy - 'Rethinking Waste: Reduce, Reuse, Recycle, Recover 2025-2030'. The strategy sets out how the Authority will deliver its statutory obligations relating to waste collection and street cleansing and align with national legislation and regional environmental objectives. Tenderers should refer to The Chest Portal for the full suite of tender documentation. Instructions on how to access the tender documentation can be found at the "Submission" section of this Tender Notice. Scope The Contract shall include the following Services: Recycling and Waste Collection Services Household Residual Waste Collection from Street Level Properties (Service Delivery Options A & B) Household Dry Recycling Collection from Street Level Properties Household Food Waste Collection from Street Level Properties Household Garden Waste Collection from Street Level Properties Household Residual Waste Collection from Communal Properties (Service Delivery Options A & B) Household Dry Recycling Collection from Communal Properties Household Food Waste Collection from Communal Properties Household Residual Waste Collection from Flats Above Shops (Service Delivery Options A & B) Household Dry Recycling Collection from Flats Above Shops Household Food Waste Collection from Flats Above Shops School and Authority Office Dry Recycling Collection Bulky Waste Collection Service and POPs Clinical Waste Service Cleansing Services Mechanical and Manual Cleansing Litter Bin Service Street washing Subways, Bridges and Footbridges Cleansing of Promenades and Associated Areas Cleansing of Car Parks Removal of Flytipping and Abandoned Waste Dead Animal Clearance Seasonal leaf, blossom and fruit fall Weed treatment and removal Clearance of revetments, sand and tidal debris Fairs, Markets and other special Events Cleansing Match Day Cleansing Traffic Management Provision of a Rapid Response Service (including out of hours and call out) Additional Information: Vehicles: The Authority shall provide funding for all Authority Financed Assets required during the Contract Period (in line with the provisions contained within the Contract and the associated Schedules). For the avoidance of doubt, this shall include replacement Vehicles. By way of example only, this may include replacement small mechanical sweepers which have a shorter depreciation period than the Initial Term. The Authority has also recently purchased Food Waste RCVs to accommodate the rollout of this Service, and these RCVS shall be available for the Contractor to use under the new Contract. transfer to the new Contract for the Contractor to use. Provision of Depot: The Authority shall provide the Contractor a Depot (the Dock Road Depot) for use on the basis of a peppercorn rent. Use of the Depot shall be mandatory. Alternative Service Delivery Options: Service Delivery Option A: 240L residual waste collected fortnightly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) ; and Service Delivery Option B: 240L residual waste collected three-weekly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) Anticipated Changes: There are a number of services which the Authority may wish to implement during the term of the Contract, known as Anticipated Changes. These potential services comprise: 1. Sub-terranean refuse collection in new high density and multi-occupational housing - Under this Anticipated Change, the Contractor would be required to provide Household Residual Waste Collection, Household Dry Recycling Collection and Household Food Waste Collection from sub-terranean refuse collection points in new high density and multi-occupational housing 2. Additional dry recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Parts 2 to 5 (excluding Part 4 paragraph 4(1)(e)) of the Separation of Waste (England) Regulations 2024 to the extent not already included within the Target Materials in the Specification. 3. Films and flexible plastics recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Part 4 paragraph 4(1)(e) of the Separation of Waste (England) Regulations 2024. 4. Separate collection of paper and card - Under this Anticipated Change, the Contractor would be required to provide its Household Dry Recycling Collection service as a dual-stream service, on a rolling three-weekly basis alongside Household Dry Recycling Collection and Household Food Waste Collection as follows: Week 1) Collection of paper & cardboard and Food Waste Collection. Week 2) Collection of other dry mixed recycling and Food Waste Collection. Week 3) Household Residual Waste Collection and Food Waste Collection. 5. Small WEEE and household batteries - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of small WEEE and household batteries.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/032346-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 320,000,000

Lot 1 Value (Gross): GBP 384,000,000

Lot 1 Contract Start: 2027-08-22T00:00:00+01:00

Lot 1 Contract End: 2035-08-21T23:59:59+01:00

Lot 1 Award Criterion (quality): Technical / Quality (50%)

Lot 1 Award Criterion (price): Commercial (40%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PBCP-8675-BHWT",
    "name": "Wirral Council"
  },
  "date": "2025-06-13T15:11:05+01:00",
  "id": "032346-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050fc3",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Wallasey",
        "postalCode": "CH44 8ED",
        "region": "UKD74",
        "streetAddress": "Town Hall, Brighton Street"
      },
      "contactPoint": {
        "email": "procurementcorporate@wirral.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PBCP-8675-BHWT",
      "identifier": {
        "id": "PBCP-8675-BHWT",
        "scheme": "GB-PPON"
      },
      "name": "Wirral Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PRCR-4411-VZCV",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "WC1X 0BJ",
        "region": "UKI31",
        "streetAddress": "Elm Yard, 10-16 Elm Street"
      },
      "contactPoint": {
        "email": "tenders@sharpepritchard.co.uk"
      },
      "details": {
        "url": "http://www.sharpepritchard.co.uk"
      },
      "id": "GB-COH-OC378650",
      "identifier": {
        "id": "OC378650",
        "scheme": "GB-COH"
      },
      "name": "SHARPE PRITCHARD LLP",
      "roleDetails": "Legal Advice and Support Services",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PNGQ-1887-ZDDX",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bristol",
        "postalCode": "BS1 4QS",
        "region": "UKK11",
        "streetAddress": "37 Queen Square"
      },
      "contactPoint": {
        "email": "tenders@eunomia.co.uk"
      },
      "details": {
        "url": "http://www.eunomia.eco"
      },
      "id": "GB-COH-04150627",
      "identifier": {
        "id": "04150627",
        "scheme": "GB-COH"
      },
      "name": "EUNOMIA RESEARCH \u0026 CONSULTING LIMITED",
      "roleDetails": "Technical Advice and Support Services",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PQHH-4489-TLZM",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SE1 7TY",
        "region": "UKI45",
        "streetAddress": "Tintagel House"
      },
      "contactPoint": {
        "email": "sales@socialvalueportal.com"
      },
      "id": "GB-COH-09197997",
      "identifier": {
        "id": "09197997",
        "scheme": "GB-COH"
      },
      "name": "SOCIAL VALUE PORTAL LTD",
      "roleDetails": "Social Value Evaluators",
      "roles": [
        "procuringEntity"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "A Preliminary Market Engagement Notice under the PA 2023 was not published because the preliminary market engagement was undertaken, and notice of it provided in a PIN on 24/07/2024 (Notice Identifier: 2024/S 000-023350), prior to the PA 2023 coming into force."
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-04-01T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Wirral Council is conducting a Competitive Flexible Procedure for its Recycling, Waste \u0026 Street Cleansing Services Contract. \nBackground Information\nWirral Council (the Authority) is committed to upholding and protecting Wirral\u0027s environment and putting emphasis on the delivery of high quality and effective environmental services. As set out in the Authority\u0027s corporate plan - \u0027Wirral Plan 2023-2027: Wirral Working Together,\u0027 the Authority has prioritised responding to the declared environment and climate emergency and protecting the environment. The Authority regards the new Recycling, Waste \u0026 Streetscene Contract as a key component in the response to this corporate priority.   \nThe successful Tenderer will play an integral part of the response to the corporate priority by working closely with the Authority and its partners, to deliver effective environmental services and doing everything it can within their influence to protect Wirral\u0027s environment. \nThe new contract will build on the good delivery of the current contract to transform performance levels and address legislative changes, to provide an excellent experience for Wirral residents and visitors. \nThe Authority has defined the direction and approach to service transformation and improved waste management and street cleansing performance through its Waste \u0026 Street Cleansing Strategy - \u0027Rethinking Waste: Reduce, Reuse, Recycle, Recover 2025-2030\u0027. The strategy sets out how the Authority will deliver its statutory obligations relating to waste collection and street cleansing and align with national legislation and regional environmental objectives.  \nTenderers should refer to The Chest Portal for the full suite of tender documentation. Instructions on how to access the tender documentation can be found at the \"Submission\" section of this Tender Notice.\nScope\nThe Contract shall include the following Services:\nRecycling and Waste Collection Services\nHousehold Residual Waste Collection from Street Level Properties (Service Delivery Options A \u0026 B)\nHousehold Dry Recycling Collection from Street Level Properties\nHousehold Food Waste Collection from Street Level Properties\nHousehold Garden Waste Collection from Street Level Properties\nHousehold Residual Waste Collection from Communal Properties (Service Delivery Options A \u0026 B)\nHousehold Dry Recycling Collection from Communal Properties\nHousehold Food Waste Collection from Communal Properties\nHousehold Residual Waste Collection from Flats Above Shops (Service Delivery Options A \u0026 B)\nHousehold Dry Recycling Collection from Flats Above Shops\nHousehold Food Waste Collection from Flats Above Shops\nSchool and Authority Office Dry Recycling Collection\nBulky Waste Collection Service and POPs\nClinical Waste Service\nCleansing Services\nMechanical and Manual Cleansing\nLitter Bin Service\nStreet washing \nSubways, Bridges and Footbridges\nCleansing of Promenades and Associated Areas\nCleansing of Car Parks\nRemoval of Flytipping and Abandoned Waste\nDead Animal Clearance\nSeasonal leaf, blossom and fruit fall\nWeed treatment and removal\nClearance of revetments, sand and tidal debris\nFairs, Markets and other special Events Cleansing\nMatch Day Cleansing\nTraffic Management\nProvision of a Rapid Response Service (including out of hours and call out)\nAdditional Information:\nVehicles: The Authority shall provide funding for all Authority Financed Assets required during the Contract Period (in line with the provisions contained within the Contract and the associated Schedules). For the avoidance of doubt, this shall include replacement Vehicles. By way of example only, this may include replacement small mechanical sweepers which have a shorter depreciation period than the Initial Term.  The Authority has also recently purchased Food Waste RCVs to accommodate the rollout of this Service, and these RCVS shall be available for the Contractor to use under the new Contract.  transfer to the new Contract for the Contractor to use. \nProvision of Depot: The Authority shall provide the Contractor a Depot (the Dock Road Depot) for use on the basis of a peppercorn rent. Use of the Depot shall be mandatory. \nAlternative Service Delivery Options:\nService Delivery Option A: 240L residual waste collected fortnightly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) ; and\nService Delivery Option B: 240L residual waste collected three-weekly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service)      \nAnticipated Changes:\nThere are a number of services which the Authority may wish to implement during the term of the Contract, known as Anticipated Changes. These potential services comprise:\n1.\tSub-terranean refuse collection in new high density and multi-occupational housing - Under this Anticipated Change, the Contractor would be required to provide Household Residual Waste Collection, Household Dry Recycling Collection and Household Food Waste Collection from sub-terranean refuse collection points in new high density and multi-occupational housing\n2.\tAdditional dry recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Parts 2 to 5  (excluding Part 4 paragraph 4(1)(e)) of the Separation of Waste (England) Regulations 2024 to the extent not already included within the Target Materials in the Specification.\n3.\tFilms and flexible plastics recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Part 4 paragraph 4(1)(e) of the Separation of Waste (England) Regulations 2024.\n4.\tSeparate collection of paper and card - Under this Anticipated Change, the Contractor would be required to provide its Household Dry Recycling Collection service as a dual-stream service, on a rolling three-weekly basis alongside Household Dry Recycling Collection and Household Food Waste Collection as follows:\nWeek 1) Collection of paper \u0026 cardboard and Food Waste Collection.\nWeek 2) Collection of other dry mixed recycling and Food Waste Collection.\nWeek 3) Household Residual Waste Collection and Food Waste Collection.\n5.\tSmall WEEE and household batteries - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of small WEEE and household batteries.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-06-13T15:11:05+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "032346-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/032346-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-07-09T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-07-14T12:00:00+01:00",
    "hasRecurrence": true,
    "id": "24-107 / DN773914",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Refuse collection services",
            "id": "90511000",
            "scheme": "CPV"
          },
          {
            "description": "Refuse recycling services",
            "id": "90514000",
            "scheme": "CPV"
          },
          {
            "description": "Street-sweeping services",
            "id": "90612000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKD74"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents.",
              "name": "Technical / Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents.",
              "name": "Commercial",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents.",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2035-08-21T23:59:59+01:00",
          "maxExtentDate": "2043-08-21T23:59:59Z",
          "startDate": "2027-08-22T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "8-year initial term with the option to extend for a further 8-year period in accordance with the terms of the Contract."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.",
              "type": "economic"
            },
            {
              "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 320000000,
          "amountGross": 384000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "This Tender Notice relates to the award of a public contract through a Competitive Flexible Procedure in accordance with section 20(1) and 20(2)(b) of the Procurement Act 2023 (\u0027PA 2023\u0027). \nFor a description of the process to be followed, including conditions of participation to be applied in the selection of suppliers, the process for submitting initial and final tenders (including dialogue sessions), and award criteria and assessment methodology, refer to the associated tender documents made available together with this Notice. The associated tender documents include the \u0027Procurement Specific Questionnaire\u0027 and accompanying instructions, and the draft \u0027Invitation to Submit Initial Tenders\u0027 (and its appendices). \nThe Contracting Authority reserves its right to rely on section 24 PA 2023 to refine award criteria as part of the competitive flexible procedure. Refinements to the award criteria may include but are not limited to:\nrefining award criteria weightings\nadding sub-criteria or more detail to the sub-criteria (relevant to the existing main criteria).\nIn addition, the Contracting Authority may also rely on section 31 PA 2023 to modify the terms of the procurement as set out in this tender notice or the associated tender documents.\nWhen assessing tenders for the purposes of contract award under section 19 PA 2023, the contracting authority will apply a set of pass/fail criteria (including minimum score thresholds) that only apply to the assessment of final tenders (and not of initial tenders). Such pass/fail criteria, and when and how they are to be applied, are fully set out in the assessment methodology appended to draft \u0027Invitation to Submit Initial Tenders\u0027. For the avoidance of doubt, applying the final tender-specific pass/fail criteria only at final tender stage (and not at initial tender stage), in accordance with the published assessment methodology, does not constitute a refinement of award criteria under section 24 nor a modification of terms of the procurement under section 31 PA 2023."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2042-08-21T23:59:59Z"
        }
      ]
    },
    "status": "active",
    "submissionMethodDetails": "The full tender documents are available for unrestricted and full direct access, free of charge at:\nhttps://procontract.due-north.com/Login",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Recycling, Waste \u0026 Street Cleansing Contract",
    "value": {
      "amount": 320000000,
      "amountGross": 384000000,
      "currency": "GBP"
    }
  }
}