North Tyneside Council Waste Management Contract

A Addendum Notice
by NORTH TYNESIDE BOROUGH COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
10 year
Value
___
Sector
ENVIRONMENT
Published
29 Sep 2025
Delivery
01 Apr 2027 to 31 Mar 2037
Deadline
n/a

Concepts

Location

Tyneside:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

North Tyneside Council (the Authority) is seeking to appoint a contractor (Contractor) for the safe, compliant and efficient management of its Waste Management Contract (the Contract) in line with the Authority's objectives as set out in the North Tyneside Plan (the Opportunity). Following a pre-market engagement exercise which included a market engagement event on 21 July 2025, the Authority has refined its approach to the procurement and Contract and wishes to bring the Opportunity to market and invite participation formally (the Procurement). The Opportunity The Authority is responsible for the management of c. 77k tonnes of waste across all treatment types (Energy from Waste, landfill, composting, recycling and reuse) per annum. The Contract will cover all existing responsibilities under the current arrangement including the: (i) transfer and treatment/management of all residual waste; (ii) management and operation of the Authority's transfer station (the TS); (iii) management and operation of the Authority's household waste recycling centre (the HWRC), including transfer and treatment of all materials; and (iv) transfer and treatment of kerbside and collected garden waste. The Authority is seeking a Contractor with whom it can work to integrate waste management hierarchy principles into the Contract. These principles, rank (in order): (i) waste reduction at source; (ii) reuse; (iii) recycling; (iv) energy recovery; and (v) disposal without energy recovery (the Waste Hierarchy Principles). It is anticipated that during the term of the Contract, the Contractor will perform the following services: 1. Operate the TS to (i) receive all waste delivered by the Authority under the Contract (including from the HWRC); (ii) interface with the Authority's Food and DMR contractors regarding collection of their wastes from the TS (iii) segregate and provide haulage services for all other waste for onward transportation; (iv) integrate and apply the Waste Hierarchy Principles; and (v) ensure the TS remains compliant with all relevant environmental permitting regulations. 2. Operate the HWRC to (i) receive household waste without charge to residents; (ii) ensure that only household waste is deposited at the HWRC; (iii) provide for clear and efficient segregation of household waste, such that the potential for re-use or recycling is maximised; and (iv) maintain safe and efficient access to and through the HWRC, while minimising vehicle queues on the public highway. 3. Make arrangements with suitably licensed facilities to accept materials segregated at the HWRC that do not require processing at the TS. Further details about the services and the Authority's requirements are stated in the tender documents. In addition to the existing service requirements under the Contract, the Authority is considering a variety of options as part of this Opportunity, including: 1. gainshare arrangements for reuse and recycling income, third party waste income and electricity and/or heat income; 2. the potential development and operation of a second HWRC site; and 3. proposals for reuse of materials to generate income. The Authority is seeking to appoint a market leading organisation with demonstrable experience across similar contracts and a market leading approach to innovative waste management. Applicants are encouraged to use this Procurement to demonstrate to the Authority how they will work pragmatically and collaboratively to develop solutions that satisfy the Authority's needs and incentivises the Contractor's performance. The Authority encourages small and medium size enterprises to participate in this Procurement, either as Applicants, consortium members, supply-chain partners or sub-contractors. The Contract is valued at approximately £11,000,000 yearly for an estimated total value of £220,000,000 over the maximum duration of the Contract (20 years). Applicants should note that the top three KPIs that the Authority intends to publish performance information against are likely to be the following: 1. Rectification of Non-Compliance Failures 2. Receipt of Contract Waste 3. Recycling and Reuse Further information regarding those KPIs and more generally on the Procurement and the Authority's requirements can be found in the tender documents.

Renewal Options

The Authority anticipates that the duration of the Contract is an initial period of 10 years with extensions up to a further 10 years amounting to an overall aggregate of up to 20 years. The duration and number of extension(s) beyond the initial contract period shall be determined at the Authority's absolute discretion.

Award Criteria

Quality Comprised of: Technical Quality (35%) and Social Value (15%)
Price As stated in the tender documents.

CPV Codes

  • 42320000 - Waste incinerators
  • 90500000 - Refuse and waste related services

Indicators

  • Options are available.
  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Direct link to opportunity added: https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc627...

Reference

Domains