Provision of Dry Mixed Recycling Services and Haulage
A Tender Notice
by SOUTH OXFORDSHIRE DISTRICT COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 8 year
- Value
- £32M
- Sector
- ENVIRONMENT
- Published
- 17 Oct 2025
- Delivery
- 29 Jun 2026 to 28 Jun 2034
- Deadline
- 25 Nov 2025 13:00
Related Terms
Location
Oxfordshire:
2 buyers
- South Oxfordshire District Council Abingdon
- Vale of White Horse District Council Abingdon
Description
South Oxfordshire District Council and Vale of White Horse District Council (the Councils) as second tier Waste Collection Authorities operate a shared household waste and recycling collection service. This is currently contracted out to a waste collection company whose material sorting arm accepts the Dry Mixed Recycling (DMR) material at its Material Recovery Facility (MRF). The DMR is fully co-mingled in line with the Governments Core Materials Set. That means that all recycling other than food and garden waste are collected within the same receptacle from households. The current contractual arrangements for this service is due to expire on 28 June 2026. This procurement concerns the proposed award of a new contract to a suitable Supplier that is intended to replace/succeed the existing arrangements which is anticipated to commence from Monday 29 June 2026. This proposed contract is for the transport of the Councils' DMR from the Waste Transfer Station to a MRF for separation and onward sale to the markets for re-processing. Under the proposed contract the Councils require that the DMR be collected from the Waste Transfer Station. The Councils will not be supplying vehicles for this purpose and it will be the responsibility of the successful Supplier to secure suitable vehicles for the provision of this service. The Waste Transfer Station is operated by FCC Recycling (UK) Limited, who the Councils hold a contract with for receiving DMR and making it available to Hauliers. The Waste Transfer Station is located at Appleford Sidings, OX14 4PW. Once the DMR has been picked up from the Waste Transfer Station and transported to a MRF the successful Supplier will be responsible for ensuring that all the recyclable materials received at the MRF or MRFs will then be separated out into the key material types and sold onto re-processing markets. The Councils are open to bids from existing MRF operators and will also consider bids on a merchant basis. For merchant bids the Supplier remains responsible for all aspects within the specification and should note that a full audit trail of the material will be required. Under this contract the successful Supplier will be required to separate out the maximum amount of DMR received and pass this on to re-processors, minimising the amount of recyclate sent for disposal. A split from the sale of materials, as described within the Pricing Schedule, will be passed on by the Supplier to the Councils. It will track the LetsRecycle pricing index. The Councils are in the top 5 in the country for recycling performance and have been so for over a decade. The recyclate in scope for this contract is, in comparison to many other local authorities, low in contaminants. Total annual tonnages are circa 27,000. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023. The Councils will use the online Proactis portal at [https://sebp.due-north.com] (the Portal) to make associated tender documents available to suppliers. Suppliers wishing to participate in this procurement process are required to submit their completed Procurement Specific Questionnaire (PSQ) and Tenders through the Portal by 1pm on 25 November 2025. The following associated tender documents are being made available with the publication of this tender notice (via the Portal) to provide further information about the procurement process: • Tender Notice • PSQ; • Invitation to Tender (ITT and appendices); • Contract;
Renewal Options
The contract is for an initial term of 8 years (with a break clause at year 4). There is also an option to extend the Expiry Date by a period or periods of up to eight (8) years
Award Criteria
| Quality | Material recovery facility - 4% Collecting soft plastics - 2% Future changes in materials - 2% Contingency - 3% Climate - 2% Health and Safety 1 - 3% Health and Safety 2 - 3% Social Value - 3% Method Statement 1: Effective scheduling, communication and minimising disruption - 5% Method Statement 2: Transportation of DMR and route planning - 3% Method Statement 3: Processing of DMR to separate out target materials - 5% Method Statement 4: Sale of target materials to the reprocessing market - 5% |
| Cost | The monthly payment shall be calculated in accordance with the following formula: Total per tonne haulage cost plus the total per tonne Gate Fee plus the per tonne disposal of the Reject Stream minus the percentage agreed from bid for material sales minus performance deductions for KPI failures. |
CPV Codes
- 34144511 - Refuse-collection vehicles
- 34144512 - Refuse-compaction vehicles
- 34144700 - Utility vehicles
- 42914000 - Recycling equipment
- 45213270 - Construction works for recycling station
- 90514000 - Refuse recycling services
Indicators
- This is a recurring contract.
- Renewals are available.
Other Information
The technical specification for this opportunity can be accessed via the Portal. Suppliers are referred to the associated tender documents which set out the conditions of participation and detailed award criteria (including sub-criteria) applicable to this procurement process ** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-04fd53
- FTS 066379-2025