NHDC 202302-01: The Provision of Waste and Recycling Collection and Street Cleansing Contract

A Contract Award Notice
by NORTH HERTFORDSHIRE DISTRICT COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£247M
Sector
ENVIRONMENT
Published
15 May 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

North and East Hertfordshire. There may in the future be a need for some routes to service villages on or just across the border with Essex or Cambridgeshire however this would be minimal.

Geochart for 1 buyers and 1 suppliers

1 buyer

1 supplier

Description

North Hertfordshire District Council (the ‘Council’) is currently out to procurement for the provision of a waste and recycling collection and street cleaning contract.

Total Quantity or Scope

The successful bidder (the "Contractor") will provide the following services in the delivery of the Contract:a) Waste Collection and Recycling Services:a. Household Residual Waste collection;b. Household Dry Recycling collection;c. Household Food Waste collection;d. Household Garden Waste collection (chargeable);e. Household Bulky Waste including WEEE collection;f. Other non-domestic Waste and Recycling collection;g. Commercial Waste and Dry Recycling collection; h. Clinical Wasteb) Cleansing Services:a. Mechanical and manual cleansing;b. Public car parks cleansing;c. Litter bin and specialised bins;d. Removal of fly-tipped materials and abandoned waste;e. Dead animals clearance;f. Special events cleansing; and g. Seasonal leaf fall collectionc) Other Services:a. Container Management;b. Customer Relationship Management;c. Service Requests and Complaints Management; andd. Communications.The Contractor may also be required to make the following Anticipated Changes to the services:a. Alternative collections for paper and cardboardb. Free Household Garden Waste collectionc. Depot moveThe Authority may require the Contractor to provide the Anticipated Changes under the Contract, but does not commit to doing so. The procurement documents provide further information about these elements of the services. In the delivery of the Contract, the Authority requires the achievement of the following key service priorities:o Maintain and/or improve service standards through efficient working. o Achieve service improvements, greater resilience, efficiencies, cost reductions or better performance through service alignment.o Deliver service changes aligned with the government’s Resources and Waste Strategy which demonstrate a net environmental benefit.o Work in partnership with contractors to develop and evolve a carbon management plan identifying how operations can deliver year on year carbon savings and move towards services with net zero carbon emissions.o Improve efficiencies and enhance the offering for chargeable waste and recycling services and explore commercial opportunities. o Work in partnership with contractors to explore new opportunities to reduce costs and ensure the delivery of financially sustainable services.o Providing residents and customers with improved and enhanced online self-serve opportunities delivering any service changes with this in mind.o Work in partnership with contractors to improve and modernise working practices and make our services an attractive place to work.o Work with the Herts Waste Partnership and other partners to share knowledge, best practice, reduce waste and embed circular economy principles in service delivery.The Authority intend to make sites available for provision of the Services. Bidders are referred to the procurement documents.Following submissions of the completed SQs, the Authority will apply the selection stage criteria, as set out in the procurement documentation. The Authority intends to select three (3) (and no more than four (4)) economic operators to progress from the SQ stage to the invitation to participate in dialogue and invitation to submit detailed solutions stage. The Authority will then commence dialogue with the bidders who have passed the SQ Stage and at the conclusion of these dialogue meetings, bidders will be required to submit their detailed solutions. Following evaluation of detailed solutions the Authority will invite all the bidders to detailed dialogue sessions. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.

Award Detail

1 Veolia (London)
  • The Provision of Waste & Recycling Collection And Street Cleansing Contract
  • Reference: 021724-2025-nhdc 202302-01-1
  • Value: £247,000,000

Award Criteria

Quality criteria are given a total weighting of 55% (10% of which is Social Value) 55
Price criteria are given a total weighting of 45%. Sub-criteria and their weightings are stated in the procurement documents. 45

CPV Codes

  • 90000000 - Sewage, refuse, cleaning and environmental services

Other Information

Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field ). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. ** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains