Scope
Reference
OPEN20251024
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.
Total value (estimated)
- £220,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2027 to 31 March 2037
- Possible extension to 31 March 2047
- 20 years
Description of possible extension:
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.
Options
The right to additional purchases while the contract is valid.
It is envisaged that the Contract will allow for mechanisms to incentivise and reward Contractor performance. These include:
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.
Main procurement category
Services
CPV classifications
- 42320000 - Waste incinerators
- 90500000 - Refuse and waste related services
Contract locations
- UKC22 - Tyneside
Participation
Legal and financial capacity conditions of participation
Applicants will be asked to confirm their capacity to comply with the UK General Data Protection Regulation and ensure the protection of data subjects.
Applicants will be asked to demonstrate that their economic and financial standing meets the Authority's requirements. This will be assessed through a set of financial ratios calculated using the organisation's financial accounts information.
Further information as stated in the tender documents.
Technical ability conditions of participation
Applicants will be asked to submit details of: (i) two contracts (each of which will be scored separately), that demonstrate the organisation's technical capability and track record in delivering waste management services; and (ii) two contracts (each of which will be scored separately), that demonstrate the organisation's technical capability and track record in operating HWRC facilities.
If an Applicant cannot provide at least one relevant example, it will be required to provide an explanation for this and how it meets the Conditions of Participation related to technical ability.
Additionally, Applicants will be asked questions in relation to:
1. health and safety, where Applicants will be asked to confirm they have a valid Safety Schemes in Procurement (SSIP) certificate (or equivalent). If an Applicant does not have a valid SSIP certificate, it will be asked for evidence of its health and safety procedures and systems (e.g. policies, measures, training, monitoring, etc.);
2. payment of invoices, where Applicants will be asked to confirm they have appropriate systems and contract terms in place regarding prompt payment to supply chains; and
3. modern slavery, where Applicants will be asked provide evidence of their compliance with the Modern Slavery Act 2015 and associated guidance.
Finally, Applicants will also be asked to supply detail related to past performance in areas critical to the Contract's delivery. These include:
1. maximising material recovery;
2. collaboration;
3. supply chain management;
4. flexibility for incoming reforms;
5. social value; and
6. commercialisation;
Further information as stated in the tender documents.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
24 October 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
14 November 2025, 12:00pm
Submission address and any special instructions
https://open-uk.org/opportunities
Each party will be liable for its own costs and expenses in relation to the preparation and submission of any PSQ response or tender and the conduct of any discussions/dialogue or similar with the Authority during the Procurement. For the avoidance of doubt, the Authority and its appointed advisers have no obligation whatsoever to reimburse any organisation in respect of any costs, economic loss or other loss of profit incurred by it either in the preparation of an PSQ response or future tender or arising from clarifications and discussions with the Authority in connection with the Procurement, regardless of whether or not the Procurement results in the award of a Contract.
The Procurement should not be regarded as an investment recommendation made by the Authority or its appointed advisers. Each organisation must rely on its own enquiries and on the terms and conditions set out in any contract when finally executed, subject to such limitations and restrictions as may be specified in such a contract. Neither the issue of any documentation in the Procurement nor any of the information presented in it should be regarded as constituting a contract, agreement or a commitment or representation on the part of the Authority or any other person to enter into a contractual arrangement.
The Authority reserves the right (subject to the requirements of the PA23) to vary, amend or terminate the Procurement by notice in writing, including the right to introduce additional stages and not to award a contract at all for any reason whatsoever. Under no circumstances will the Authority or its appointed advisers accept any liability arising out of or in respect of the Procurement, the award procedure, or any variation or amendment to the procedure.
Neither the Authority nor any of its appointed advisers will be liable or responsible for any opinion, statement, or conclusion contained in, or any omission from, the Procurement documents or for any other written or oral communication transmitted or otherwise made available to any organisation during the Procurement. No representation or warranty is made in respect of such statements, opinions or conclusions, and neither the Authority nor its appointed advisers shall accept any liability for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of any reliance upon such statements, opinions or conclusions.
For the avoidance of doubt, only the terms of the Contract as and when it is executed will have any legal effect in connection with the matters to which this Procurement relates. Further for the avoidance of doubt, none of the Procurement documents shall form an implied contract.
The Authority makes no commitment to award any contract as a result of this Procurement or otherwise, nor to accept the lowest priced tender.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 August 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | Comprised of: Technical Quality (35%) and Social Value (15%) |
Quality | 50% |
Price | As stated in the tender documents. |
Price | 50% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Procurement is being run in accordance with the Procurement Act 2023 and associated regulations (the PA23).
The Authority is using the Competitive Flexible Procedure in accordance with section 20 PA23, and has designed a process comprised of:
1. the Participation Stage, which assesses Applicants' financial capacity, legal capacity, and technical ability;
2. the Initial Tender Stage, where successful Applicants will be invited to tender as Bidders and provide high-level responses to the Authority's requirements with the intention that those responses are developed iteratively through the Procurement. The Authority does not currently anticipate shortlisting at the Initial Tender Stage, but reserves its right to do so;
3. the Draft Final Tender Stage, where Bidders will likely be involved in (i) a limited number of face-to-face meetings/conference calls; (ii) potential site visits; and (iii) final rounds of dialogue before the submission of Final Tenders; and
4. the Final Tender Stage, where Bidders will be invited to submit their optimised proposals.
Further information regarding the Competitive Flexible Procedure is stated in the tender documents.
Documents
Associated tender documents
https://open-uk.org/opportunities
Technical specifications to be met
https://open-uk.org/opportunities
Contracting authority
North Tyneside Borough Council
- Public Procurement Organisation Number: PYBQ-4733-WWLW
Quadrant
North Tyneside
NE27 0BY
United Kingdom
Region: UKC22 - Tyneside
Organisation type: Public authority - sub-central government
Other organisations
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
GRANT THORNTON UK ADVISORY & TAX LLP
Summary of their role in this procurement: financial consultant
- Companies House: OC454533
- Public Procurement Organisation Number: PPLQ-5161-PCVN
8 Finsbury Circus
London
EC2M 7EA
United Kingdom
Email: publicsector.bids@uk.gt.com
Website: http://www.grantthornton.co.uk
Region: UKI31 - Camden and City of London
LOCAL PARTNERSHIPS LLP
Summary of their role in this procurement: Technical Consultant
- Companies House: OC346845
- Public Procurement Organisation Number: PNWW-5697-ZHBL
18 Smith Square
London
SW1P 3HZ
United Kingdom
Region: UKI32 - Westminster
BIRD & BIRD LLP
Summary of their role in this procurement: Legal consultant
- Companies House: OC340318
- Public Procurement Organisation Number: PTJN-2397-QWJT
12 New Fetter Lane
London
EC4A 1JP
United Kingdom
Email: intpitchteam@twobirds.com
Website: https://www.twobirds.com
Region: UKI31 - Camden and City of London