Agenda item

Recycling and Waste Collection, Street Cleansing and Ancillary Services Contract Award

Report of the Corporate Director of Environment and Resident Experience. To be presented by the Cabinet Member for Resident Services & Tackling Inequality

Decision:

DECLARATIONS OF INTEREST RELATING TO THIS ITEM:

 

None

 

RESOLVED:

 

That Cabinet:

 

1.    Approved, subject to the 30?day Section?20 consultation with leaseholders and the 10?day standstill period (which could run concurrently), the award of the contract to Bidder?B (the Preferred Bidder) named in the exempt portion of the report, in accordance with CSO?2.01(c). The contract value was £230,358,134, commencing on 17?April?2027 for an initial period of eight years, with the option to extend for a further eight years in aggregate.

2.    Approved that the results of the leaseholder consultation would be considered through a further report to the Cabinet Member for Housing and Planning.

 

Reasons for decision:

 

As a Waste Collection Authority, the Council had a statutory duty to collect waste and recycling from all households within the borough, and to keep public spaces clean and free of litter. Awarding the contract enabled the Council to continue fulfilling this duty for the subsequent eight?year period.

 

The Preferred Bidder had submitted the most economically advantageous tender following evaluation of both price and quality, achieving the highest overall score.

 

The Preferred Bidder committed to delivering service standards that exceeded the Council’s minimum requirements in several areas, improving service outcomes for residents and supporting the Council in meeting its wider objectives.

 

All bidders engaged with the Council through a Competitive Dialogue process, enabling them to refine and improve their solutions. The Preferred Bidder’s final solution was assessed as capable of meeting the Council’s needs most effectively.

 

The contract would deliver significant additional benefits, including reduced vehicle emissions, enhanced contract?management arrangements, increased recycling initiatives, and innovative IT solutions such as on?board weighing. The new service model was aligned with the statutory requirements of the Environment Act and Extended Producer Responsibility (EPR) regulations, including the introduction of 180?litre wheeled containers for non?recyclable waste and the expansion of food?waste collections to all residents.

 

 

Alternative options considered:

 

The option of doing nothing and allowing the current contract to expire on 16?April?2027 with no alternative arrangements in place was rejected, as the Council would have been unable to fulfil its statutory duties.

All other options—including extending the current arrangements for a further five years or in?sourcing services—had been discounted in the October?2024 Cabinet report. The Waste Services Review concluded that procuring a new contract offered the best value for the Council. Having reviewed the outcomes of the Waste Services Review alongside the solution offered by the Preferred Bidder, awarding the contract remained the best?value option while ensuring compliance with new statutory requirements arising from the Environment Act.

 

Minutes:

The Cabinet Member for Resident Services and Tackling Inequality introduced the report.

 

It was explained that, following a detailed procurement process, the report recommended the award of a new contract that was assessed as offering best value for Haringey. The contract provided cost savings while supporting the delivery of street cleansing, recycling and related services for residents, businesses and visitors. It was noted that, from 2027, services were scheduled to be modernised to reduce emissions, meet the requirements of the Environment Act 2023, and deliver social value across the borough.

 

It was explained that the new contract included flexibility to allow the service to adapt to changing needs over an initial period of eight years, with an option to extend for a further eight years. It also strengthened the council’s ability to manage and monitor service performance. The council anticipated working in partnership with the preferred bidder to implement the new contract and associated service changes.

 

Following questions from Councillors Ovat, Das Neves, Ali and Cawley-Harrison, the following information was shared:

 

  • It was explained the Cabinet Member that residents wanted to recycle more, and that the Council would ensure that weekly recycling collections would be retained as a result.

  • It was explained that assisted collections would be promoted more. It was explained that significant work had been undertaken to identify those that should receive additional support in ensuring that their waste was effectively collected.

  • It was stressed that the Council would ensure that the sustainable drainages system (SuDS) and cycle lanes would be accounted for as part of the waste contract.

  • It was noted that the proposed contract was for collection and cleansing, and would not have the infrastructure for waste collection was not in scope. It was explained that when the Council undertook its own home designs, it would include bin collection infrastructure as part of that, but that this was a separate issue for private organisations, which would go through the Planning process.

  • It was stressed that the Council had improved the integration of better technology into collection and into ensuring compliance. It was explained that there had been improvements by the operatives, which included live logging of data.

 

RESOLVED:

 

That Cabinet:

 

1.    Approved, subject to the 30?day Section?20 consultation with leaseholders and the 10?day standstill period (which could run concurrently), the award of the contract to Bidder?B (the Preferred Bidder) named in the exempt portion of the report, in accordance with CSO?2.01(c). The contract value was £230,358,134, commencing on 17?April?2027 for an initial period of eight years, with the option to extend for a further eight years in aggregate.

2.    Approved that the results of the leaseholder consultation would be considered through a further report to the Cabinet Member for Housing and Planning.

 

Reasons for decision:

 

As a Waste Collection Authority, the Council had a statutory duty to collect waste and recycling from all households within the borough, and to keep public spaces clean and free of litter. Awarding the contract enabled the Council to continue fulfilling this duty for the subsequent eight?year period.

 

The Preferred Bidder had submitted the most economically advantageous tender following evaluation of both price and quality, achieving the highest overall score.

 

The Preferred Bidder committed to delivering service standards that exceeded the Council’s minimum requirements in several areas, improving service outcomes for residents and supporting the Council in meeting its wider objectives.

 

All bidders engaged with the Council through a Competitive Dialogue process, enabling them to refine and improve their solutions. The Preferred Bidder’s final solution was assessed as capable of meeting the Council’s needs most effectively.

 

The contract would deliver significant additional benefits, including reduced vehicle emissions, enhanced contract?management arrangements, increased recycling initiatives, and innovative IT solutions such as on?board weighing. The new service model was aligned with the statutory requirements of the Environment Act and Extended Producer Responsibility (EPR) regulations, including the introduction of 180?litre wheeled containers for non?recyclable waste and the expansion of food?waste collections to all residents.

 

 

Alternative options considered:

 

The option of doing nothing and allowing the current contract to expire on 16?April?2027 with no alternative arrangements in place was rejected, as the Council would have been unable to fulfil its statutory duties.

All other options—including extending the current arrangements for a further five years or in?sourcing services—had been discounted in the October?2024 Cabinet report. The Waste Services Review concluded that procuring a new contract offered the best value for the Council. Having reviewed the outcomes of the Waste Services Review alongside the solution offered by the Preferred Bidder, awarding the contract remained the best?value option while ensuring compliance with new statutory requirements arising from the Environment Act.

 

Supporting documents: