Section one: Contracting authority
one.1) Name and addresses
Southend City Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
Contact
Mr Anton Bull
Telephone
+44 1702215000
Country
United Kingdom
Region code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for Collections, HWRC and Material Management and Street Cleansing Services
Reference number
DN655255
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of waste, recycling and environmental services in the Southend-on-Sea City Administrative area.
The services under the contract include collection of waste and recycling; operation of a waste transfer station; haulage of residual and bulky waste to treatment/disposal sites; operation of household waste and recycling centres; managing materials collected at the kerbside, household waste and recycling centres and fly tipping including sale and disposal for recycling and or treatment; and street cleansing.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £360,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 90510000 - Refuse disposal and treatment
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90533000 - Waste-tip management services
- 90610000 - Street-cleaning and sweeping services
- 90680000 - Beach cleaning services
- 90690000 - Graffiti removal services
two.2.3) Place of performance
NUTS codes
- UKH31 - Southend-on-Sea
two.2.4) Description of the procurement
This contract is for the following services
1) Collection of waste and recycling
a. Household Residual Waste collection;
b. Household Dry Recycling collection;
c. Household Food Waste collection;
d. Household Garden Waste collection (chargeable service);
e. Household Bulky Waste collection;
f. Household Textiles collection;
g. Household Small Electrical Appliances collection;
h. Other non-domestic Waste and Recycling collection
i. Commercial Waste and Dry Recycling collection;
j. Clinical Waste.
2) Operation of a waste transfer station
3) Operation of household waste and recycling centres
4) Managing materials
a. Collected at the kerbside;
b. From HWRCs;
c. From fly tipping; and
d. Sale or disposal for recycling and/or treatment.
5) Street cleansing:-
a. Litter and Detritus cleansing;
b. Jet Washing;
c. Washing footpaths, alleyways, underpasses etc.;
d. Weed control;
e. Beaches and foreshores;
f. Graffiti and fly-posting removal;
g. Removal of fly-tipped materials and abandoned waste
h. Hazardous Waste and chemical spills;
i. Litter bins;
j. Removal of seasonal fall;
I. Shopping and other trolleys;
m. Removal of dead animals;
n. Rapid response and road traffic accidents;
o. Special events;
p. Removal of litter from lakes etc.;
q. Deep cleansing/ chewing gum removal;
r. Erection of signs.
6) Other Services:
a. Management of Waste;
b. Haulage of residual and bulky waste to treatment/disposal sites;
c. Asset management;
d. Contingency arrangements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Contract will be for an initial term of up to 8 years, with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 12 years.
Therefore if all extensions were taken, then the full contract duration shall be 20 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-006920
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SUEZ Recycling and Recovery UK Limited
SUEZ House, Grenfell Road
Maidenhead
SL61 1ES
Country
United Kingdom
NUTS code
- UKJ11 - Berkshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £360,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom