← Back to opportunities

North Tyneside Council Waste Management Contract

North Tyneside Borough Council

Buyer Contact Info

Buyer Name: North Tyneside Borough Council

Buyer Address: Quadrant, North Tyneside, UKC22, NE27 0BY, United Kingdom

Contact Email: strategic.procurement@northtyneside.gov.uk

Buyer Name: GRANT THORNTON UK ADVISORY & TAX LLP

Buyer Address: 8 Finsbury Circus, London, UKI31, EC2M 7EA, United Kingdom

Contact Email: publicsector.bids@uk.gt.com

Show 2 more buyers

Buyer Name: LOCAL PARTNERSHIPS LLP

Buyer Address: 18 Smith Square, London, UKI32, SW1P 3HZ, United Kingdom

Contact Email: lpadministrator@localpartnerships.gov.uk

Buyer Name: BIRD & BIRD LLP

Buyer Address: 12 New Fetter Lane, London, UKI31, EC4A 1JP, United Kingdom

Contact Email: intpitchteam@twobirds.com

Status
active
Procedure
selective
Value
220000000.0 GBP
Gross: 220000000 GBP
Published
29 Sep 2025, 15:39
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
42320000 - Waste incinerators
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0

External Link: https://www.find-tender.service.gov.uk/Notice/060667-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: 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.

Lot 1 Value (Gross): GBP 220,000,000

Lot 1 Contract Start: 2027-04-01T00:00:00+01:00

Lot 1 Contract End: 2037-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (50%)

Lot 1 Award Criterion (price): Price (50%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PYBQ-4733-WWLW",
    "name": "North Tyneside Borough Council"
  },
  "date": "2025-09-29T16:39:55+01:00",
  "id": "060667-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0547ad",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "North Tyneside",
        "postalCode": "NE27 0BY",
        "region": "UKC22",
        "streetAddress": "Quadrant"
      },
      "contactPoint": {
        "email": "strategic.procurement@northtyneside.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PYBQ-4733-WWLW",
      "identifier": {
        "id": "PYBQ-4733-WWLW",
        "scheme": "GB-PPON"
      },
      "name": "North Tyneside Borough Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PPLQ-5161-PCVN",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "EC2M 7EA",
        "region": "UKI31",
        "streetAddress": "8 Finsbury Circus"
      },
      "contactPoint": {
        "email": "publicsector.bids@uk.gt.com"
      },
      "details": {
        "url": "http://www.grantthornton.co.uk"
      },
      "id": "GB-COH-OC454533",
      "identifier": {
        "id": "OC454533",
        "scheme": "GB-COH"
      },
      "name": "GRANT THORNTON UK ADVISORY \u0026 TAX LLP",
      "roleDetails": "financial consultant",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PNWW-5697-ZHBL",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1P 3HZ",
        "region": "UKI32",
        "streetAddress": "18 Smith Square"
      },
      "contactPoint": {
        "email": "lpadministrator@localpartnerships.gov.uk"
      },
      "details": {
        "url": "http://localpartnerships.gov.uk"
      },
      "id": "GB-COH-OC346845",
      "identifier": {
        "id": "OC346845",
        "scheme": "GB-COH"
      },
      "name": "LOCAL PARTNERSHIPS LLP",
      "roleDetails": "Technical Consultant",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PTJN-2397-QWJT",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "EC4A 1JP",
        "region": "UKI31",
        "streetAddress": "12 New Fetter Lane"
      },
      "contactPoint": {
        "email": "intpitchteam@twobirds.com"
      },
      "details": {
        "url": "https://www.twobirds.com"
      },
      "id": "GB-COH-OC340318",
      "identifier": {
        "id": "OC340318",
        "scheme": "GB-COH"
      },
      "name": "BIRD \u0026 BIRD LLP",
      "roleDetails": "Legal consultant",
      "roles": [
        "procuringEntity"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "Direct link to opportunity added:\nhttps://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0",
        "id": "060667-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-08-17T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA"
    ],
    "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\u0027s objectives as set out in the North Tyneside Plan (the Opportunity).\nFollowing 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).\nThe Opportunity\nThe 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.\nThe 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\u0027s transfer station (the TS); (iii) management and operation of the Authority\u0027s household waste recycling centre (the HWRC), including transfer and treatment of all materials; and (iv) transfer and treatment of kerbside and collected garden waste.\nThe 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).\nIt is anticipated that during the term of the Contract, the Contractor will perform the following services:\n1.\tOperate the TS to (i) receive all waste delivered by the Authority under the Contract (including from the HWRC); (ii) interface with the Authority\u0027s 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.\n2. Operate the HWRC to (i) receive household waste without charge to residents; (ii) ensure that only household waste is deposited at the HWRC;\n(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\nand efficient access to and through the HWRC, while minimising vehicle queues on the public highway.\n3.\tMake arrangements with suitably licensed facilities to accept materials segregated at the HWRC that do not require processing at the TS.\nFurther details about the services and the Authority\u0027s requirements are stated in the tender documents.\nIn addition to the existing service requirements under the Contract, the Authority is considering a variety of options as part of this Opportunity, including:\n1.\tgainshare arrangements for reuse and recycling income, third party waste income and electricity and/or heat income;\n2.\tthe potential development and operation of a second HWRC site; and\n3.\tproposals for reuse of materials to generate income.\nThe 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\u0027s needs and incentivises the Contractor\u0027s performance.\nThe Authority encourages small and medium size enterprises to participate in this Procurement, either as Applicants, consortium members, supply-chain partners or sub-contractors.\nThe Contract is valued at approximately \u00a311,000,000 yearly for an estimated total value of \u00a3220,000,000 over the maximum duration of the Contract (20 years).\nApplicants should note that the top three KPIs that the Authority intends to publish performance information against are likely to be the following:\n1.\tRectification of Non-Compliance Failures\n2.\tReceipt of Contract Waste\n3.\tRecycling and Reuse\nFurther information regarding those KPIs and more generally on the Procurement and the Authority\u0027s requirements can be found in the tender documents.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0"
      },
      {
        "documentType": "technicalSpecifications",
        "id": "L-2",
        "url": "https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0"
      },
      {
        "datePublished": "2025-09-29T16:39:55+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "060667-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/060667-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-10-24T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-11-14T12:00:00Z",
    "id": "OPEN20251024",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Waste incinerators",
            "id": "42320000",
            "scheme": "CPV"
          },
          {
            "description": "Refuse and waste related services",
            "id": "90500000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKC22"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Comprised of: Technical Quality (35%) and Social Value (15%)",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "As stated in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2037-03-31T23:59:59+01:00",
          "maxExtentDate": "2047-03-31T23:59:59Z",
          "startDate": "2027-04-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "It is envisaged that the Contract will allow for mechanisms to incentivise and reward Contractor performance. These include:\n1.\tgainshare arrangements for reuse and recycling income, third party waste income and electricity and/or heat income;\n2.\tthe potential development and operation of a second HWRC site; and\n3.\tproposals for reuse of materials to generate income."
        },
        "renewal": {
          "description": "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\u0027s absolute discretion."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Applicants will be asked to confirm their capacity to comply with the UK General Data Protection Regulation and ensure the protection of data subjects.\nApplicants will be asked to demonstrate that their economic and financial standing meets the Authority\u0027s requirements. This will be assessed through a set of financial ratios calculated using the organisation\u0027s financial accounts information.\nFurther information as stated in the tender documents.",
              "type": "economic"
            },
            {
              "description": "Applicants will be asked to submit details of: (i) two contracts (each of which will be scored separately), that demonstrate the organisation\u0027s 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\u0027s technical capability and track record in operating HWRC facilities.\nIf 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.\nAdditionally, Applicants will be asked questions in relation to:\n1.\thealth 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.);\n2.\tpayment 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\n3.\tmodern slavery, where Applicants will be asked provide evidence of their compliance with the Modern Slavery Act 2015 and associated guidance.\nFinally, Applicants will also be asked to supply detail related to past performance in areas critical to the Contract\u0027s delivery. These include:\n1.\tmaximising material recovery;\n2.\tcollaboration;\n3.\tsupply chain management;\n4.\tflexibility for incoming reforms;\n5.\tsocial value; and\n6.\tcommercialisation;\nFurther information as stated in the tender documents.",
              "type": "technical"
            },
            {
              "description": "As stated in the tender documents.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amountGross": 220000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The Procurement is being run in accordance with the Procurement Act 2023 and associated regulations (the PA23).\nThe Authority is using the Competitive Flexible Procedure in accordance with section 20 PA23, and has designed a process comprised of:\n1.\tthe Participation Stage, which assesses Applicants\u0027 financial capacity, legal capacity, and technical ability;\n2.\tthe Initial Tender Stage, where successful Applicants will be invited to tender as Bidders and provide high-level responses to the Authority\u0027s 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;\n3.\tthe 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\n4.\tthe Final Tender Stage, where Bidders will be invited to submit their optimised proposals.\nFurther information regarding the Competitive Flexible Procedure is stated in the tender documents."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "https://open-uk.org/opportunities\nEach 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.\nThe 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.\nThe 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.\nNeither 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.\nFor 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.\nThe Authority makes no commitment to award any contract as a result of this Procurement or otherwise, nor to accept the lowest priced tender.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "North Tyneside Council  Waste Management Contract",
    "value": {
      "amountGross": 220000000,
      "currency": "GBP"
    }
  }
}