Tender brief
- THIS NOTICE REPLACES THE PREVIOUS PUBLISHED NOTICE 2026/S 000-037876. The following corrections have been made:
- Contract value was below the relevant threshold, changed to above threshold
- Contract dates was 19th June 2026 to 18th May 2029, changed to 19th June 2026 to 18th June 2029
- CPV classification was refuse and waste treatment, changed to refuse and waste related services, as per the tender notice. The Council were seeking to appoint an operator(s) who have the appropriate facility(s) to manage the recycling and/or disposal of bulky and POP's waste. It is expected the successful operator(s) will be able to provide a continuous service within the required hours; it is therefore a requirement to have a contingency site close by. Under PA23, contracting authorities must not restrict competition on the basis of "non commercial matters," which include a supplier's location if used in a discriminatory or arbitrary manner. This is rooted in the long standing principles inherited from the Local Government Act 1988, section 17, which restricts considering certain non commercial matters such as the location of the supplier where unrelated to the delivery of the contract. However, location based requirements are allowed where they are justified by the needs of the contract: • Waste must be processed within a certain radius to remain economically viable. • Excessive transport distances conflict with environmental or service efficiency requirements. • Locality is intrinsic to operational feasibility (e.g., time critical services, perishable logistics, fleet based services). In these cases, the requirement is not about who the supplier is, but about how and where the service must be performed, which is a legitimate technical specification. This condition was justified in the tender documentation on operational and economic grounds: the Council must avoid transporting bulky waste over long distances, as extended travel times result in inefficiencies, increased fuel costs, greater fleet wear, and an overall uneconomical service model. By defining a reasonable proximity requirement, the Council ensures that service delivery remains cost effective, environmentally, responsible, and operationally viable. The tender provided to the waste operators gave the ability for them to bid under either and/or both the following
Lots
- • Lot 1 - Bulky Waste - on average typically recycling and disposing of 652 tonnes of bulky waste per annum, with an estimated annual value of £250,000. • Lot 2 - POP's Waste - on average typically disposing of 48 tonnes of POP's waste per annum, with an estimated annual estimated value of £15,000. This is a demand led service; therefore, the expenditure may vary significantly for both Lots. The Council notes that the final contract value may be lower than the stated estimate; however, it may also exceed this value considerably should service demand increase, particularly due to fluctuations in the volume of waste requiring disposal. The contract to be awarded to the successful operator for each of the Lots is an initial 3-year term, with the option to extend by up to a further 4 years in intervals to be agreed between the parties. Scope and Specification These services include for the removal of bulk and POP's waste which has been disposed of on housing land and surrounding environments, which includes but is not limited to the social housing estates and Council owned land. Types of Waste Bulky waste refers to large items of household or commercial waste that are too big to be disposed of through regular waste collection services. These items typically include furniture, large appliances, mattresses, carpets, and other oversized objects that do not fit in standard waste containers or garbage bins. POPs waste refers to upholstered domestic seating that may contain POPs. To ensure the waste is disposed of properly and in accordance with required legal requirements, the Council requires access to a licenced, experienced, and reliable disposal/recycling facility that will accept delivery of the waste on a continuous, regular, and all year-round basis. The Council will transport the bulky and POPs waste to the facility provided by the operator(s). Other Waste The Council currently has alternative channels in place to dispose of the following waste: • tyres • green waste • fridge freezers • paints • gas cannisters The Council reserves the right to approach either the Lot 1 and/or Lot 2 operator to dispose of these other wastes. Operator Facility Requirements The facility must maintain minimum opening hours of 08:00 to 17:00, Monday to Friday and 08:00 12:00 Saturdays. The operator's facility(s) must be open as specified all year round (not including bank holidays). Due to the Council's environmental objectives and to ensure value for money, the operator's main facility for this contract must be within an 8-mile drive, via road, from the Council's Estate Service Depot located at Port Royal Street, Southsea, PO5 4NP. This will be determined via the use of Google Maps. The main facility shall be permitted and able to dispose of and is possible recycle, the waste. Service Continuity and Contingency In the event that the main facility becomes unavailable, the operator must also be able to provide access to a contingency facility that is no more than a 15-mile drive from the Estate Service depot. The acceptable contingency facility of operation can be used without penalty by the Council and may be substituted on a long-term basis as the new main site. If notice is not provided 7 days continuously, more than 3 times in any one month, or 6 times in a 6 month period, the Council will have the right to serve notice and terminate the Contract in accordance with the persistent breach provisions set out in the Contract terms. In the event of the Council terminates the Contract under either Lots during the initial Contract term or during the extension period, the Council reserves the right to either continue the Contract by:
- Where the services for each Lot are being delivered by different operators, approach the other operator on the corresponding Lot
- Approach the second placed operator at the point of the tender evaluation under the relevant Lot. This is subject to capacity and performance i.e. if the Lot 1 operator is different to the Lot 2 operator, the Council could approach either operator to take on. The provisions of the specific Lot in the event of termination. If the second placed operator is unable or unsuitable to undertake the services, the Council may approach the third placed operator and so forth.
Want to track when this comes up for re-tender?
Save this notice to your dashboard and we'll alert you when a similar opportunity is published. Or run a fit check on similar live tenders now.
Free to start · 30 seconds · no card
Other open waste & recycling tenders
Collection and Safe Processing of Various Hazardous Chemical Waste · City of Bradford Metropolitan District Council
City of Bradford Metropolitan District Council
£75K
7 May 2026
ITT 09/2025 HRC Sites Collection,Recycling, Disposal of Waste Streams · Newry, Mourne and Down District Council
Newry, Mourne and Down District Council
22 May 2026
CONTRACT TO UNDERTAKE TOPOGRAPHIC SURVEYS OF OPERATIONAL WASTE FACILITIES · Merseyside Waste Disposal Authority
Merseyside Waste Disposal Authority
25 May 2026
Collection and Processing of Food Waste · City of Bradford Metropolitan District Council
City of Bradford Metropolitan District Council
£840K
27 May 2026
Design & Construction of New Wastewater Recycling Centre and Ancillary Services at Beeston, Norwich · SEVERN TRENT SERVICES (WATER AND SEWERAGE) LIMITED
SEVERN TRENT SERVICES (WATER AND SEWERAGE) LIMITED
27 May 2026