← Back to opportunities

Garden Waste Treatment

Bath and North East Somerset Council

Buyer Contact Info

Buyer Name: Bath and North East Somerset Council

Buyer Address: Guildhall, Bath, UKK12, BA1 5AW, United Kingdom

Contact Name: Patricia Okowa

Contact Email: patricia_okowa@bathnes.gov.uk

Status
active
Procedure
open
Value
600000.0 GBP
Gross: 880000 GBP
Published
22 Aug 2025, 10:50
Deadline
23 Sep 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
90510000 - Refuse disposal and treatment
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

In pursuance of the Council’s obligations as a waste collection and disposal authority the Council intends through a competitive tender to award one or more contracts for the provision of Treatment Services for Garden Waste. The council is managing this procurement in accordance with the Procurement Act 2023.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: www.supplyingthesouthwest.org.uk

Link Description: The associated tender documents are available at the above web address.

Link Description: The specification is available at the above web address.

External Link: https://www.find-tender.service.gov.uk/Notice/050830-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Receipt and Treatment of Garden Waste from Keynsham Recycling Hub

Lot Description: This Lot covers the receipt and treatment of Garden Waste from the Keynsham Recycling Hub to the contractor’s treatment facility. The waste comprises: • Garden Waste brought directly to the Hub by residents • Garden Waste from commercial customers • Garden Waste from Bath recycling centre • Garden Waste collected via fortnightly kerbside collections by the Council’s refuse collection vehicles The appointed contractor will be responsible for accepting and treatment of the Garden Waste in accordance with the service requirements.

Lot 1 Status: active

Lot 1 Value: GBP 300,000

Lot 1 Value (Gross): GBP 440,000

Lot 1 Contract Start: 2026-01-02T00:00:00+00:00

Lot 1 Contract End: 2027-01-01T23:59:59+00:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): PRICE (80%)

Lot 1 Award Criterion (quality): TREATMENT SITE CAPABILITY AND COMPLIANCE (6%)

Lot 1 Award Criterion (quality): SECURE MARKETS/BENEFICIAL RE-USE (4%)

Lot 1 Award Criterion (quality): SERVICE DELIVERY AND BACK UP ARRANGEMENTS DELIVERY (4%)

Lot 1 Award Criterion (quality): COMMUNICATION (4%)

Lot 1 Award Criterion (quality): HEALTH AND SAFETY (1%)

Lot 1 Award Criterion (quality): HEALTH AND SAFETY (2) (1%)

Lot Title: Receipt and Treatment of Garden Waste from Welton Recycling Centre

Lot Description: This Lot covers the receipt and treatment of Garden Waste from the Welton Recycling Centre to the contractor’s treatment facility. The waste comprises: • Garden Waste brought directly to the Recycling Centre by residents • Garden Waste from the Bath Recycling centre • Garden Waste collected via fortnightly kerbside collections by the Council’s refuse collection vehicles The appointed contractor will be responsible for accepting and managing this material in accordance with the service requirements.

Lot 2 Status: active

Lot 2 Value: GBP 300,000

Lot 2 Value (Gross): GBP 440,000

Lot 2 Contract Start: 2026-01-02T00:00:00+00:00

Lot 2 Contract End: 2027-01-01T23:59:59+00:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (price): PRICE (80%)

Lot 2 Award Criterion (quality): TREATMENT SITE CAPABILITY AND COMPLIANCE (6%)

Lot 2 Award Criterion (quality): SECURE MARKETS/BENEFICIAL RE-USE (4%)

Lot 2 Award Criterion (quality): SERVICE DELIVERY AND BACK UP ARRANGEMENTS DELIVERY (4%)

Lot 2 Award Criterion (quality): COMMUNICATION (4%)

Lot 2 Award Criterion (quality): HEALTH AND SAFETY (1%)

Lot 2 Award Criterion (quality): HEALTH AND SAFETY (2) (1%)

Documents

Document Description: The associated tender documents are available at the above web address.

Document Description: The specification is available at the above web address.

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PLVH-3287-JWJV",
    "name": "Bath and North East Somerset Council"
  },
  "date": "2025-08-22T11:50:56+01:00",
  "id": "050830-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-058cc6",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bath",
        "postalCode": "BA1 5AW",
        "region": "UKK12",
        "streetAddress": "Guildhall"
      },
      "contactPoint": {
        "email": "patricia_okowa@bathnes.gov.uk",
        "name": "Patricia Okowa"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.bathnes.gov.uk"
      },
      "id": "GB-PPON-PLVH-3287-JWJV",
      "identifier": {
        "id": "PLVH-3287-JWJV",
        "scheme": "GB-PPON"
      },
      "name": "Bath and North East Somerset Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "The market is well known and aware of the procurement. "
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-10-20T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "C2.1\tThe Council shall pay all sums due to the Contractor within 30 days of Receipt of a valid invoice, submitted monthly in arrears.\nC2.2\tThe Contractor shall ensure that each invoice contains all appropriate references and a detailed breakdown of the Services supplied and that it is supported by any other documentation reasonably required by the Council to substantiate the invoice. \nC2.3\tWhere the Contractor enters into a sub-contract with a supplier or contractor for the purpose of performing its obligations under the Contract, it shall ensure that a provision is included in such a sub-contract which requires payment to be made of all sums due by the Contractor to the sub-contractor within a specified period not exceeding 30 days from the receipt of a valid invoice.\nC2.4\tThe Contractor shall add VAT to the Contract Price at the prevailing rate as applicable.\nC2.5\tThe Contractor shall indemnify the Council on a continuing basis against any liability, including any interest, penalties or costs incurred, which is levied, demanded or assessed on the Council at any time in respect of the Contractor\u2019s failure to account for or to pay any VAT relating to payments made to the Contractor under the Contract. Any amounts due under this clause C2.5 shall be paid by the Contractor to the Council not less than 5 Working Days before the date upon which the tax or other liability is payable by the Council.\nC2.6\tThe Contractor shall not suspend the supply of the Services unless the Contractor is entitled to terminate the Contract under clause H2.3 (Termination on Default) for failure to pay undisputed sums of money. Interest shall be payable by the Council on the late payment of any undisputed sums of money properly invoiced in accordance with the Late Payment of Commercial Debts (Interest) Act 1998."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "In pursuance of the Council\u2019s obligations as a waste collection and disposal authority the Council intends through a competitive tender to award one or more contracts for the provision of Treatment Services for Garden Waste. The council is managing this procurement in accordance with the Procurement Act 2023.",
    "documents": [
      {
        "description": "The associated tender documents are available at the above web address. ",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "www.supplyingthesouthwest.org.uk"
      },
      {
        "description": "The specification is available at the above web address. ",
        "documentType": "technicalSpecifications",
        "id": "L-2",
        "url": "www.supplyingthesouthwest.org.uk"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-08-22T11:50:56+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "050830-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/050830-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-09T17:00:00+01:00"
    },
    "hasRecurrence": true,
    "id": "DN779148",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Refuse disposal and treatment",
            "id": "90510000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKK12"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Refuse disposal and treatment",
            "id": "90510000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKK12"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "awardCriteriaDetails": "Bidders can apply for one or both lots. "
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "The scoring is carried out within an Excel spread sheet outside of the e-Tender system.\nAll price bids are compared against the lowest bid to reach the percentage difference from the lowest bid. \nExample if the price weighting were 40%, the calculation would be:\n(40 x lowest price)/bid price\nThe lowest price bid would receive the full 40 points.\nA negative percentage figure for a lump sum price that is over 100% higher than the lowest price bid will receive a price score of zero. B\u0026NES council will not award a negative price score\nAbnormally Low Tenders\nIf the council considers the price of the tender to be abnormally low, the council are required to offer the opportunity to the supplier to demonstrate to the council\u2019s satisfaction  that it will be able to perform the contract for the price offered.  If the council are not satisfied with the supplier\u2019s explanation, the tender will be rejected.",
              "name": "PRICE ",
              "numbers": [
                {
                  "number": 80.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Clarity and completeness of site description and composting method \nEvidence of capacity to handle forecast tonnage \nCompliance with required standards and permits",
              "name": "TREATMENT SITE CAPABILITY AND COMPLIANCE ",
              "numbers": [
                {
                  "number": 6.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Plans for marketing or reuse of outputs \nEffective Management and disposal of non-recyclable residues",
              "name": "SECURE MARKETS/BENEFICIAL RE-USE",
              "numbers": [
                {
                  "number": 4.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Clear and practical contingency planning\nClear process for managing vehicle damage \nEffective vehicle flow process and weighbridge usage ",
              "name": "SERVICE DELIVERY AND BACK UP ARRANGEMENTS DELIVERY",
              "numbers": [
                {
                  "number": 4.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Accuracy and completeness of proposed reporting \nAbility to meet Council\u2019s data and format requirements \nSystems for tracking contaminants and rejected loads \nTransparency and auditability of data ",
              "name": "COMMUNICATION",
              "numbers": [
                {
                  "number": 4.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Clear methodology for investigating and recording accidents, incidents, and near misses. \nUse of supporting documents, reports or templates to evidence investigation procedures. ",
              "name": "HEALTH AND SAFETY",
              "numbers": [
                {
                  "number": 1.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Documented step-by-step procedure for conducting thorough and contract-specific risk assessments.\nEvidence of completed risk assessments with linked Safe Systems of Work demonstrating practical implementation ",
              "name": "HEALTH AND SAFETY (2)",
              "numbers": [
                {
                  "number": 1.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2027-01-01T23:59:59+00:00",
          "maxExtentDate": "2028-01-01T23:59:59+00:00",
          "startDate": "2026-01-02T00:00:00+00:00"
        },
        "description": "This Lot covers the receipt and treatment of Garden Waste from the Keynsham Recycling Hub to the contractor\u2019s treatment facility. The waste comprises: \n\u2022\tGarden Waste brought directly to the Hub by residents\n\u2022\tGarden Waste from commercial customers\n\u2022\tGarden Waste from Bath recycling centre\n\u2022\tGarden Waste collected via fortnightly kerbside collections by the Council\u2019s refuse collection vehicles\nThe appointed contractor will be responsible for accepting and treatment of the Garden Waste in accordance with the service requirements.",
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "This contract can be extended for a period of up to 12 months. It is the intention of the Council to align its waste contracts for 2027. This extension will be put in place if the alignment is not completed in time. Any extension will be subject to satisfactory performance and availability of budget. "
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "7.2\tEconomic and Financial Standing \nThe supplier must be in a sound financial position to participate in the procurement.  When undertaking the financial assessment, the council looks at the two most recent sets of supplier\u2019s accounts [one if PAS91], which shows three years of financial information [two if PAS91], along with those of any parent company (if applicable and acting as guarantor).  \nThe council cannot ask for audited accounts from suppliers who are not required to have them under the Companies Act 2006.\n\tThe financial assessment is conducted in 2 stages. \n7.2.1\tStage 1: \nThe council has 4 key minimum requirements for financial considerations.  If a supplier fails to meet 2 or more of the 4 requirements their bid will be excluded from further consideration. They will not proceed to stage 2 of the Economic \u0026 Financial Standing assessment.    \nThe 4 requirements are:\n(i)\tRelates to the contract limit, which is the maximum contract value that a supplier should be expected to tackle within its financial capacity.\nThe council will use a notional calculation to calculate the contract limit, based on turnover of the supplier in order to confirm whether the supplier is large enough to perform the contract. The contract limit is calculated by matching the supplier\u2019s turnover figure in their latest set of accounts, with the annual contract value. If the annual contract figure is more than 51% of the turnover figure used it is unlikely that the supplier on its own, has adequate resources to perform the services.\nBy exception, the further full financial assessment may take place if a parent company guarantee or bond or deed should be obtained, provided the parent itself is suitable.\n(ii)\tThe Acid Test Ratio is a measure of financial strength, which excludes stock so that only liquid assets are included. This addresses the question of whether the supplier has enough current liquid assets to meet the payment schedule of its current debts with a margin of safety for possible losses in current assets. There will be a minimum requirement for an acid ratio of 1 to score. \n(iii)\tIf a supplier is showing continual losses in their accounts this will be deemed a fail.\n(iv)\tIf the net worth of a supplier is in a negative position this will be deemed a fail.\n7.2.2\tStage 2: \nIf a supplier passes at least 3 of the 4 key criteria a full financial assessment will take place, this will include selected ratio analysis of account figures, any CCJs a contractor may have against them, and any adverse information on company Directors. The Experian check provides averages for the industry, CCJs, director information and a Commercial Delphi Score (risk rating) which is incorporated into the financial assessment.\nEach ratio and other criteria will carry a points score of \u201c0\u201d for fail and \u201c1\u201d for pass, points are then tallied to give an overall score, this is then matched to a predetermined risk-based scoring model where supplier will be assessed as low, medium or high risk.\nThe final decision regarding the acceptability of the supplier\u2019s financial standing relies on a degree of professional judgement from the council. If the council decides that the financial standing of the supplier is such that it does not have the ability to perform the contact and represents an unacceptable risk to the council, then the supplier will be excluded from further consideration in this process. \nThe minimum levels relating to economic and financial standing for this tender process are summarised below:\nContract Limit\t\u00a3 873,861.12\nAcid Test Ratio\t1.0\nLosses\tAccounts must not show continual losses\nNet Worth\tNet worth must be positive",
              "type": "economic"
            },
            {
              "description": "Technical ability - Contract examples demonstrate relevant experience and proven track record of delivering similar services (contracts of similar scope and size) , relevant to the subject matter of the contract. \nExperience of sub-contractor management - Supplier demonstrates experience of previously maintained healthy supply chains with your sub-contractor(s) \nOrganisational standards - Supplier demonstrates that they meet the required standards. \nHealth and safety - Supplier provides accident statistics relating to their business for the past 3 years using the table provided. The Council is satisfied that any accident relating to this period have been dealt with appropriately. \nSite Location Detail - Supplier provides complete and accurate site location information, mapping, planning/permit documentation, and clearly confirms that the site will be operational at the start of the Contract.\nOpening Hours - Proposed opening hours meet the Council\u2019s requirements or reasonable justification is provided for any variation.\nContract Manager - Contact details for the nominated Contract Manager are complete and demonstrate appropriate oversight and availability for contract delivery.\nType of vehicle accepted - Ability to accept a range of vehicles",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Receipt and Treatment of Garden Waste from Keynsham Recycling Hub",
        "value": {
          "amount": 300000,
          "amountGross": 440000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Price Evaluation: \nThe scoring is carried out within an Excel spread sheet outside of the e-Tender system.\nAll price bids are compared against the lowest bid to reach the percentage difference from the lowest bid. \nExample if the price weighting were 40%, the calculation would be:\n(40 x lowest price)/bid price\nThe lowest price bid would receive the full 40 points.\nA negative percentage figure for a lump sum price that is over 100% higher than the lowest price bid will receive a price score of zero. B\u0026NES council will not award a negative price score\nAbnormally Low Tenders\nIf the council considers the price of the tender to be abnormally low, the council are required to offer the opportunity to the supplier to demonstrate to the council\u2019s satisfaction  that it will be able to perform the contract for the price offered.  If the council are not satisfied with the supplier\u2019s explanation, the tender will be rejected.\nThe weighted scores for quality and price are added together to get a final total score out of 100.\nIn the event of a tie-break, the council will award to the supplier with the highest overall Quality score.  ",
              "name": "PRICE ",
              "numbers": [
                {
                  "number": 80.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Clarity and completeness of site description and composting method \nEvidence of capacity to handle forecast tonnage \nCompliance with required standards and permits",
              "name": "TREATMENT SITE CAPABILITY AND COMPLIANCE ",
              "numbers": [
                {
                  "number": 6.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Plans for marketing or reuse of outputs \nEffective Management and disposal of non-recyclable residues",
              "name": "SECURE MARKETS/BENEFICIAL RE-USE",
              "numbers": [
                {
                  "number": 4.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Clear and practical contingency planning\nClear process for managing vehicle damage \nEffective vehicle flow process and weighbridge usage ",
              "name": "SERVICE DELIVERY AND BACK UP ARRANGEMENTS DELIVERY",
              "numbers": [
                {
                  "number": 4.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Accuracy and completeness of proposed reporting \nAbility to meet Council\u2019s data and format requirements \nSystems for tracking contaminants and rejected loads \nTransparency and auditability of data ",
              "name": "COMMUNICATION",
              "numbers": [
                {
                  "number": 4.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Clear methodology for investigating and recording accidents, incidents, and near misses.\nUse of supporting documents, reports or templates to evidence investigation procedures. ",
              "name": "HEALTH AND SAFETY",
              "numbers": [
                {
                  "number": 1.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Documented step-by-step procedure for conducting thorough and contract-specific risk assessments.\nEvidence of completed risk assessments with linked Safe Systems of Work demonstrating practical implementation ",
              "name": "HEALTH AND SAFETY (2)",
              "numbers": [
                {
                  "number": 1.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2027-01-01T23:59:59+00:00",
          "maxExtentDate": "2028-01-01T23:59:59+00:00",
          "startDate": "2026-01-02T00:00:00+00:00"
        },
        "description": "This Lot covers the receipt and treatment of Garden Waste from the Welton Recycling Centre to the contractor\u2019s treatment facility. The waste comprises: \n\u2022\tGarden Waste brought directly to the Recycling Centre by residents\n\u2022\tGarden Waste from the Bath Recycling centre\n\u2022\tGarden Waste collected via fortnightly kerbside collections by the Council\u2019s refuse collection vehicles\nThe appointed contractor will be responsible for accepting and managing this material in accordance with the service requirements.",
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "This contract can be extended for a period of up to 12 months. It is the intention of the Council to align its waste contracts for 2027. This extension will be put in place if the alignment is not completed in time. Any extension will be subject to satisfactory performance and availability of budget."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "7.2\tEconomic and Financial Standing \nThe supplier must be in a sound financial position to participate in the procurement.  When undertaking the financial assessment, the council looks at the two most recent sets of supplier\u2019s accounts [one if PAS91], which shows three years of financial information [two if PAS91], along with those of any parent company (if applicable and acting as guarantor).  \nThe council cannot ask for audited accounts from suppliers who are not required to have them under the Companies Act 2006.\n\tThe financial assessment is conducted in 2 stages. \n7.2.1\tStage 1: \nThe council has 4 key minimum requirements for financial considerations.  If a supplier fails to meet 2 or more of the 4 requirements their bid will be excluded from further consideration. They will not proceed to stage 2 of the Economic \u0026 Financial Standing assessment.    \nThe 4 requirements are:\n(i)\tRelates to the contract limit, which is the maximum contract value that a supplier should be expected to tackle within its financial capacity.\nThe council will use a notional calculation to calculate the contract limit, based on turnover of the supplier in order to confirm whether the supplier is large enough to perform the contract. The contract limit is calculated by matching the supplier\u2019s turnover figure in their latest set of accounts, with the annual contract value. If the annual contract figure is more than 51% of the turnover figure used it is unlikely that the supplier on its own, has adequate resources to perform the services.\nBy exception, the further full financial assessment may take place if a parent company guarantee or bond or deed should be obtained, provided the parent itself is suitable.\n(ii)\tThe Acid Test Ratio is a measure of financial strength, which excludes stock so that only liquid assets are included. This addresses the question of whether the supplier has enough current liquid assets to meet the payment schedule of its current debts with a margin of safety for possible losses in current assets. There will be a minimum requirement for an acid ratio of 1 to score. \n(iii)\tIf a supplier is showing continual losses in their accounts this will be deemed a fail.\n(iv)\tIf the net worth of a supplier is in a negative position this will be deemed a fail.\n7.2.2\tStage 2: \nIf a supplier passes at least 3 of the 4 key criteria a full financial assessment will take place, this will include selected ratio analysis of account figures, any CCJs a contractor may have against them, and any adverse information on company Directors. The Experian check provides averages for the industry, CCJs, director information and a Commercial Delphi Score (risk rating) which is incorporated into the financial assessment.\nEach ratio and other criteria will carry a points score of \u201c0\u201d for fail and \u201c1\u201d for pass, points are then tallied to give an overall score, this is then matched to a predetermined risk-based scoring model where supplier will be assessed as low, medium or high risk.\nThe final decision regarding the acceptability of the supplier\u2019s financial standing relies on a degree of professional judgement from the council. If the council decides that the financial standing of the supplier is such that it does not have the ability to perform the contact and represents an unacceptable risk to the council, then the supplier will be excluded from further consideration in this process. \nThe minimum levels relating to economic and financial standing for this tender process are summarised below:\nContract Limit\t\u00a3 873,861.12\nAcid Test Ratio\t1.0\nLosses\tAccounts must not show continual losses\nNet Worth\tNet worth must be positive",
              "type": "economic"
            },
            {
              "description": "Technical ability - Contract examples demonstrate relevant experience and proven track record of delivering similar services (contracts of similar scope and size) , relevant to the subject matter of the contract. \nExperience of sub-contractor management - Supplier demonstrates experience of previously maintained healthy supply chains with your sub-contractor(s) \nOrganisational standards - Supplier demonstrates that they meet the required standards. \nHealth and safety - Supplier provides accident statistics relating to their business for the past 3 years using the table provided. The Council is satisfied that any accident relating to this period have been dealt with appropriately. \nSite Location Detail - Supplier provides complete and accurate site location information, mapping, planning/permit documentation, and clearly confirms that the site will be operational at the start of the Contract.\nOpening Hours - Proposed opening hours meet the Council\u2019s requirements or reasonable justification is provided for any variation.\nContract Manager - Contact details for the nominated Contract Manager are complete and demonstrate appropriate oversight and availability for contract delivery.\nType of vehicle accepted - Ability to accept a range of vehicles",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Receipt and Treatment of Garden Waste from Welton Recycling Centre",
        "value": {
          "amount": 300000,
          "amountGross": 440000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2025-09-01T23:59:59+01:00"
        }
      ]
    },
    "riskDetails": "1. Contractor fails to meet treatment capacity for forecasted tonnage (12,620 tonnes for 2025/26)\n2. Treatment site becomes unavailable (e.g. due to permit issues or operational failure)\n3. Contaminated loads exceed acceptable thresholds, increasing disposal costs\n4. Failure to comply with PAS 100/110 or BS 3882 standards for compost/digestate\n5. Inaccurate or incomplete weighbridge and reporting data\n6. Delays in vehicle turnaround at treatment site (target \u003c30 mins)\n7. Environmental permit or regulatory non-compliance at treatment or outlet sites\n8. Failure to deliver compost buyback scheme (optional value-added service)\n9. Inadequate staffing or training at treatment site\n10. Failure to meet carbon reporting requirements under GHG Protocol\n11. Disruption due to relocation of Bath Recycling Centre during contract term",
    "status": "active",
    "submissionMethodDetails": "www.supplyingthesouthwest.org.uk ",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-09-23T12:00:00+01:00"
    },
    "title": "Garden Waste Treatment",
    "value": {
      "amount": 600000,
      "amountGross": 880000,
      "currency": "GBP"
    }
  }
}