24019 RECAP Dry Mixed Recyclate Processing

Award

Value

£111,300,000

Classifications

  • Sewage, refuse, cleaning and environmental services

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

The Cambridgeshire Waste Collection Authorities ("the Authorities") collect dry mixed recycling from domestic and commercial premises across Cambridgeshire. This tender is for the transportation/receipt, sorting and onward sale/re-processing of commingled dry recyclable materials.\r
\r
The RECAP Councils have worked collaboratively for many years in the delivery of DMR across Cambridgeshire. That collaboration continues for this procurement. The procurement itself is being conducted as a single procurement, but with the award of contract being in the form of separate Lots, as described in more detail in the ITT. The Lots are presented as alternative Lots (by reference to size), to enable the Councils to seek the broadest possible market response. ?This means that an award will not be made for every Lot. This is described in more detail in 'Lotting Guidance' of the ITT.\r
\r
The RECAP Councils will make the decision collectively as to which Lots to award and to which bidders. Following award, the ensuing contracts will either be concluded with an individual Council or a number of them, depending upon which Lots have been chosen as the best value for money. The number and size of the Lots has been determined to enable the Authorities to receive the maximum number of responses from the market taking account of the size of the different Lots and the needs of the different Authorities. Contractors should note that the Lots are presented in varied Lot Sizes which are to ensure processing capacity is secured for all RECAP Partners. The dry mixed recyclables will come from any one of the district and unitary authorities within the Cambridgeshire and Peterborough area. This may mean that certain Lots will not have an award of contract made in respect of them, because better value alternatives exist in the award of alternative Lots. As a result, we would request that contractors bid for as many lots as they are interested in whilst also sharing the maximum capacity available at your MRF.\r
\r
For the avoidance of doubt, bids are welcome from contractors who can provide one or more processing sites with capacity and can collect from transfer facilities expected to be within a 10 mile radius of each local authority in this procurement. These transfer locations are the subject of a separate procurement. There is a map in Appendix 5 showing the location of the depots. As such the Authorities welcome bids for any one or more or all the Lots available. Contractors are not limited in the number of Lots they are able to bid for, although the Authorities will carry out the assessment of Contractors' financial standing and technical ability by reference to the number of Lots bid for and which meet the Authorities selection criteria to enable a contract to be awarded in accordance with the provisions of this ITT. \r
\r


Additional information: 
Potential Providers will need to register an account via the "Procontract Portal" at https://procontract.due-north.com/Register before being able to view the full tender details. In order to access the tender documentation, click "Find Opportunities", then on the drop-down menu, filter by "Cambridgeshire Public Services" by clicking on "Update" to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Social Housing Emerging Disrupters (SHED 5) Framework Agreement

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under section 2 of the Procurement Act 2023 and a centralised procurement authority under section 1(4) of that Act. Please refer to www.pfh.co.uk for additional information. PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector. PfH intends to establish The Social Housing Emerging Disruptors (SHED) 5 Framework to promote innovation through establishing national arrangements to provide innovative goods, works and services to the housing market and the wider public sector. The first Social Housing Emerging Disrupters (SHED) Framework Agreement was launched in January 2022, comprising 18 innovative solutions. The aim was to create a framework of innovation permitting start-ups, small and medium sized businesses and the voluntary sector as well as established larger companies to offer their innovative products and services to the public sector. The second SHED framework (SHED 2) comprising a further 20 suppliers with a range of innovative solutions was launched in January 2023 and was shortlisted for the 'Innovation Procurement Project of the Year' Award by Built Environment Network. SHED 3 commenced in January 2024. SHED 4, comprising 17 solutions was launched in January 2025. To reflect the emerging nature of innovation, a fifth SHED Framework (SHED 5) will be procured in Autumn 2025. The solution will enable PfH Members to procure a range of products and services that offer real and innovative benefit to the housing and wider public sector. The framework will provide successful suppliers with the opportunity to promote their innovation and will allow fledgling markets to test their true potential, providing the foundations for success and wider adoption across the public sector. The Framework Agreement will operate on a national basis, providing an offering suitable for members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use the Framework Agreement. Suppliers will not be excluded for not being able to supply all regions. To register your interest, or find out more information, please email [email protected]

Katy Reed

Published 4 days ago
Open

Manston Road Environment Agency Compliance Works

For the provision of the Manston Road Environment Agency Compliance Works. The Contract entails the completion of works necessary to ensure Environment Agency compliance, and to ensure a facility at Manston Road Depot remains fit for purpose. The works include (but are not necessarily limited to): Drainage repairs and new connections; Construction of waste collection bays for skips; Pedestrian line marking; Revised site layout to ensure future redevelopment scheme is accommodated without any abortive work. The Employer will enter into a JCT Design and Build Contract 2024 with the successful Civils contractor with the experience, track record, capability and capacity to deliver the project. The project needs to be delivered by April 2026. The Contract is anticipated to commence upon November 2025, for a duration of 5 Months (with any agreed extension/s) unless terminated in accordance with the Conditions of the Contract. The contract period will exclude Public Holidays and Christmas period closures of both the Council and appointed contractor, agreed upon contract award. Important Information: All procurement documents are attached to the notice and available for suppliers to download from the Kent Business Portal (www.kentbusinessportal.org.uk) and complete according to the instructions contained. The procurement process will be undertaken on the basis of formal quotations. Evaluation will be on the basis of criteria and methodology as set out in the Invitation to Tender document. Any clarifications or questions must be submitted via the Message area of the Kent Business Portal by no later than 14.00hrs on 17 September 2025. Completed tender documents must be submitted electronically via the Kent Business Portal by no later than 12.00hrs on 26 September 2025.

Katy Reed

Published 6 days ago