Tender

Recycling, Waste & Street Cleansing Contract

WIRRAL COUNCIL

This public procurement record has 3 releases in its history.

Tender

13 Jun 2025 at 14:11

PlanningUpdate

09 May 2025 at 12:53

Planning

09 May 2025 at 12:50

Summary of the contracting process

Wirral Council is inviting tenders for its Recycling, Waste & Street Cleansing Services Contract, aiming to improve high-quality environmental services and address the regional environment and climate objectives. This procurement is being conducted under a Competitive Flexible Procedure, with the procurement method allowing for adjustments during the tender process. The industry category involves refuse collection, recycling, and street-sweeping services. The anticipated contract will commence in August 2027 and last until August 2035, with an option to extend for an additional 8 years. Located in Wallasey, United Kingdom, the opportunity is open for submissions until 12:00 midday on 14th July 2025. Interested parties include public authorities and entities experienced with waste management and environmental services, focusing on enhancing Wirral's sustainability agenda.

This tender is an excellent opportunity for businesses specialising in environmental services, particularly those offering innovative waste and street cleaning solutions. Companies equipped to manage large-scale collection and recycling and those proficient in implementing technological advancements such as subterranean waste solutions and recycling enhancements will find this proposition favourable. The contract’s sizeable scope and long-term potential make it ideal for organisations looking to solidify their presence in the public sector by aligning with Wirral Council's strategic environmental goals, ultimately contributing to regional growth and sustainability. The integration of social value in the award criteria also indicates opportunities for businesses that prioritize community impact alongside commercial objectives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Recycling, Waste & Street Cleansing Contract

Notice Description

Wirral Council is conducting a Competitive Flexible Procedure for its Recycling, Waste & Street Cleansing Services Contract. Background Information Wirral Council (the Authority) is committed to upholding and protecting Wirral's environment and putting emphasis on the delivery of high quality and effective environmental services. As set out in the Authority's corporate plan - 'Wirral Plan 2023-2027: Wirral Working Together,' the Authority has prioritised responding to the declared environment and climate emergency and protecting the environment. The Authority regards the new Recycling, Waste & Streetscene Contract as a key component in the response to this corporate priority. The successful Tenderer will play an integral part of the response to the corporate priority by working closely with the Authority and its partners, to deliver effective environmental services and doing everything it can within their influence to protect Wirral's environment. The new contract will build on the good delivery of the current contract to transform performance levels and address legislative changes, to provide an excellent experience for Wirral residents and visitors. The Authority has defined the direction and approach to service transformation and improved waste management and street cleansing performance through its Waste & Street Cleansing Strategy - 'Rethinking Waste: Reduce, Reuse, Recycle, Recover 2025-2030'. The strategy sets out how the Authority will deliver its statutory obligations relating to waste collection and street cleansing and align with national legislation and regional environmental objectives. Tenderers should refer to The Chest Portal for the full suite of tender documentation. Instructions on how to access the tender documentation can be found at the "Submission" section of this Tender Notice. Scope The Contract shall include the following Services: Recycling and Waste Collection Services Household Residual Waste Collection from Street Level Properties (Service Delivery Options A & B) Household Dry Recycling Collection from Street Level Properties Household Food Waste Collection from Street Level Properties Household Garden Waste Collection from Street Level Properties Household Residual Waste Collection from Communal Properties (Service Delivery Options A & B) Household Dry Recycling Collection from Communal Properties Household Food Waste Collection from Communal Properties Household Residual Waste Collection from Flats Above Shops (Service Delivery Options A & B) Household Dry Recycling Collection from Flats Above Shops Household Food Waste Collection from Flats Above Shops School and Authority Office Dry Recycling Collection Bulky Waste Collection Service and POPs Clinical Waste Service Cleansing Services Mechanical and Manual Cleansing Litter Bin Service Street washing Subways, Bridges and Footbridges Cleansing of Promenades and Associated Areas Cleansing of Car Parks Removal of Flytipping and Abandoned Waste Dead Animal Clearance Seasonal leaf, blossom and fruit fall Weed treatment and removal Clearance of revetments, sand and tidal debris Fairs, Markets and other special Events Cleansing Match Day Cleansing Traffic Management Provision of a Rapid Response Service (including out of hours and call out) Additional Information: Vehicles: The Authority shall provide funding for all Authority Financed Assets required during the Contract Period (in line with the provisions contained within the Contract and the associated Schedules). For the avoidance of doubt, this shall include replacement Vehicles. By way of example only, this may include replacement small mechanical sweepers which have a shorter depreciation period than the Initial Term. The Authority has also recently purchased Food Waste RCVs to accommodate the rollout of this Service, and these RCVS shall be available for the Contractor to use under the new Contract. transfer to the new Contract for the Contractor to use. Provision of Depot: The Authority shall provide the Contractor a Depot (the Dock Road Depot) for use on the basis of a peppercorn rent. Use of the Depot shall be mandatory. Alternative Service Delivery Options: Service Delivery Option A: 240L residual waste collected fortnightly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) ; and Service Delivery Option B: 240L residual waste collected three-weekly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) Anticipated Changes: There are a number of services which the Authority may wish to implement during the term of the Contract, known as Anticipated Changes. These potential services comprise: 1. Sub-terranean refuse collection in new high density and multi-occupational housing - Under this Anticipated Change, the Contractor would be required to provide Household Residual Waste Collection, Household Dry Recycling Collection and Household Food Waste Collection from sub-terranean refuse collection points in new high density and multi-occupational housing 2. Additional dry recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Parts 2 to 5 (excluding Part 4 paragraph 4(1)(e)) of the Separation of Waste (England) Regulations 2024 to the extent not already included within the Target Materials in the Specification. 3. Films and flexible plastics recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Part 4 paragraph 4(1)(e) of the Separation of Waste (England) Regulations 2024. 4. Separate collection of paper and card - Under this Anticipated Change, the Contractor would be required to provide its Household Dry Recycling Collection service as a dual-stream service, on a rolling three-weekly basis alongside Household Dry Recycling Collection and Household Food Waste Collection as follows: Week 1) Collection of paper & cardboard and Food Waste Collection. Week 2) Collection of other dry mixed recycling and Food Waste Collection. Week 3) Household Residual Waste Collection and Food Waste Collection. 5. Small WEEE and household batteries - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of small WEEE and household batteries.

Lot Information

Lot 1

Renewal: 8-year initial term with the option to extend for a further 8-year period in accordance with the terms of the Contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050fc3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032346-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90511000 - Refuse collection services

90514000 - Refuse recycling services

90612000 - Street-sweeping services

Notice Value(s)

Tender Value
£320,000,000 £100M-£1B
Lots Value
£320,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Jun 20258 months ago
Submission Deadline
9 Jul 2025Expired
Future Notice Date
30 May 2025Expired
Award Date
Not specified
Contract Period
21 Aug 2027 - 21 Aug 2035 Over 5 years
Recurrence
2042-08-21

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WIRRAL COUNCIL
Additional Buyers

EUNOMIA RESEARCH & CONSULTING LIMITED

SHARPE PRITCHARD LLP

SOCIAL VALUE PORTAL LTD

Contact Name
Not specified
Contact Email
procurementcorporate@wirral.gov.uk, sales@socialvalueportal.com, tenders@eunomia.co.uk, tenders@sharpepritchard.co.uk
Contact Phone
Not specified

Buyer Location

Locality
WALLASEY
Postcode
CH44 8ED
Post Town
Chester
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
TLC North East (England), TLD North West (England), TLD74 Wirral, TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Lambeth
Electoral Ward
Vauxhall
Westminster Constituency
Vauxhall and Camberwell Green

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050fc3-2025-06-13T15:11:05+01:00",
    "date": "2025-06-13T15:11:05+01:00",
    "ocid": "ocds-h6vhtk-050fc3",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "020085-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020085-2025",
                "datePublished": "2025-05-09T13:50:29+01:00",
                "format": "text/html"
            },
            {
                "id": "020088-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020088-2025",
                "datePublished": "2025-05-09T13:53:20+01:00",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "A Preliminary Market Engagement Notice under the PA 2023 was not published because the preliminary market engagement was undertaken, and notice of it provided in a PIN on 24/07/2024 (Notice Identifier: 2024/S 000-023350), prior to the PA 2023 coming into force."
    },
    "parties": [
        {
            "id": "GB-PPON-PBCP-8675-BHWT",
            "name": "Wirral Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBCP-8675-BHWT"
            },
            "address": {
                "streetAddress": "Town Hall, Brighton Street",
                "locality": "Wallasey",
                "postalCode": "CH44 8ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD74"
            },
            "contactPoint": {
                "email": "procurementcorporate@wirral.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC378650",
            "name": "SHARPE PRITCHARD LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC378650"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRCR-4411-VZCV"
                }
            ],
            "address": {
                "streetAddress": "Elm Yard, 10-16 Elm Street",
                "locality": "London",
                "postalCode": "WC1X 0BJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "tenders@sharpepritchard.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Legal Advice and Support Services",
            "details": {
                "url": "http://www.sharpepritchard.co.uk"
            }
        },
        {
            "id": "GB-COH-04150627",
            "name": "EUNOMIA RESEARCH & CONSULTING LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04150627"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNGQ-1887-ZDDX"
                }
            ],
            "address": {
                "streetAddress": "37 Queen Square",
                "locality": "Bristol",
                "postalCode": "BS1 4QS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "tenders@eunomia.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Technical Advice and Support Services",
            "details": {
                "url": "http://www.eunomia.eco"
            }
        },
        {
            "id": "GB-COH-09197997",
            "name": "SOCIAL VALUE PORTAL LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09197997"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PQHH-4489-TLZM"
                }
            ],
            "address": {
                "streetAddress": "Tintagel House",
                "locality": "London",
                "postalCode": "SE1 7TY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI45"
            },
            "contactPoint": {
                "email": "sales@socialvalueportal.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Social Value Evaluators"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBCP-8675-BHWT",
        "name": "Wirral Council"
    },
    "tender": {
        "id": "24-107 / DN773914",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Recycling, Waste & Street Cleansing Contract",
        "description": "Wirral Council is conducting a Competitive Flexible Procedure for its Recycling, Waste & Street Cleansing Services Contract. Background Information Wirral Council (the Authority) is committed to upholding and protecting Wirral's environment and putting emphasis on the delivery of high quality and effective environmental services. As set out in the Authority's corporate plan - 'Wirral Plan 2023-2027: Wirral Working Together,' the Authority has prioritised responding to the declared environment and climate emergency and protecting the environment. The Authority regards the new Recycling, Waste & Streetscene Contract as a key component in the response to this corporate priority. The successful Tenderer will play an integral part of the response to the corporate priority by working closely with the Authority and its partners, to deliver effective environmental services and doing everything it can within their influence to protect Wirral's environment. The new contract will build on the good delivery of the current contract to transform performance levels and address legislative changes, to provide an excellent experience for Wirral residents and visitors. The Authority has defined the direction and approach to service transformation and improved waste management and street cleansing performance through its Waste & Street Cleansing Strategy - 'Rethinking Waste: Reduce, Reuse, Recycle, Recover 2025-2030'. The strategy sets out how the Authority will deliver its statutory obligations relating to waste collection and street cleansing and align with national legislation and regional environmental objectives. Tenderers should refer to The Chest Portal for the full suite of tender documentation. Instructions on how to access the tender documentation can be found at the \"Submission\" section of this Tender Notice. Scope The Contract shall include the following Services: Recycling and Waste Collection Services Household Residual Waste Collection from Street Level Properties (Service Delivery Options A & B) Household Dry Recycling Collection from Street Level Properties Household Food Waste Collection from Street Level Properties Household Garden Waste Collection from Street Level Properties Household Residual Waste Collection from Communal Properties (Service Delivery Options A & B) Household Dry Recycling Collection from Communal Properties Household Food Waste Collection from Communal Properties Household Residual Waste Collection from Flats Above Shops (Service Delivery Options A & B) Household Dry Recycling Collection from Flats Above Shops Household Food Waste Collection from Flats Above Shops School and Authority Office Dry Recycling Collection Bulky Waste Collection Service and POPs Clinical Waste Service Cleansing Services Mechanical and Manual Cleansing Litter Bin Service Street washing Subways, Bridges and Footbridges Cleansing of Promenades and Associated Areas Cleansing of Car Parks Removal of Flytipping and Abandoned Waste Dead Animal Clearance Seasonal leaf, blossom and fruit fall Weed treatment and removal Clearance of revetments, sand and tidal debris Fairs, Markets and other special Events Cleansing Match Day Cleansing Traffic Management Provision of a Rapid Response Service (including out of hours and call out) Additional Information: Vehicles: The Authority shall provide funding for all Authority Financed Assets required during the Contract Period (in line with the provisions contained within the Contract and the associated Schedules). For the avoidance of doubt, this shall include replacement Vehicles. By way of example only, this may include replacement small mechanical sweepers which have a shorter depreciation period than the Initial Term. The Authority has also recently purchased Food Waste RCVs to accommodate the rollout of this Service, and these RCVS shall be available for the Contractor to use under the new Contract. transfer to the new Contract for the Contractor to use. Provision of Depot: The Authority shall provide the Contractor a Depot (the Dock Road Depot) for use on the basis of a peppercorn rent. Use of the Depot shall be mandatory. Alternative Service Delivery Options: Service Delivery Option A: 240L residual waste collected fortnightly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) ; and Service Delivery Option B: 240L residual waste collected three-weekly, 240L comingled dry mixed recycling collected fortnightly, food waste collected weekly, 240L garden collected fortnightly (subscription service) Anticipated Changes: There are a number of services which the Authority may wish to implement during the term of the Contract, known as Anticipated Changes. These potential services comprise: 1. Sub-terranean refuse collection in new high density and multi-occupational housing - Under this Anticipated Change, the Contractor would be required to provide Household Residual Waste Collection, Household Dry Recycling Collection and Household Food Waste Collection from sub-terranean refuse collection points in new high density and multi-occupational housing 2. Additional dry recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Parts 2 to 5 (excluding Part 4 paragraph 4(1)(e)) of the Separation of Waste (England) Regulations 2024 to the extent not already included within the Target Materials in the Specification. 3. Films and flexible plastics recycling materials - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of all materials stipulated in Schedule 1 Part 4 paragraph 4(1)(e) of the Separation of Waste (England) Regulations 2024. 4. Separate collection of paper and card - Under this Anticipated Change, the Contractor would be required to provide its Household Dry Recycling Collection service as a dual-stream service, on a rolling three-weekly basis alongside Household Dry Recycling Collection and Household Food Waste Collection as follows: Week 1) Collection of paper & cardboard and Food Waste Collection. Week 2) Collection of other dry mixed recycling and Food Waste Collection. Week 3) Household Residual Waste Collection and Food Waste Collection. 5. Small WEEE and household batteries - Under this Anticipated Change, the Contractor would be required to include in its Household Dry Recycling Collection, the collection of small WEEE and household batteries.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90511000",
                        "description": "Refuse collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90514000",
                        "description": "Refuse recycling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90612000",
                        "description": "Street-sweeping services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD74",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD74",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-08-22T00:00:00+01:00",
                    "endDate": "2035-08-21T23:59:59+01:00",
                    "maxExtentDate": "2043-08-21T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 384000000,
                    "amount": 320000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical / Quality",
                            "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Invitation to Submit Initial Tenders which forms part of the associated tender documents.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements."
                        }
                    ]
                },
                "renewal": {
                    "description": "8-year initial term with the option to extend for a further 8-year period in accordance with the terms of the Contract."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-30T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 384000000,
            "amount": 320000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procedure": {
            "features": "This Tender Notice relates to the award of a public contract through a Competitive Flexible Procedure in accordance with section 20(1) and 20(2)(b) of the Procurement Act 2023 ('PA 2023'). For a description of the process to be followed, including conditions of participation to be applied in the selection of suppliers, the process for submitting initial and final tenders (including dialogue sessions), and award criteria and assessment methodology, refer to the associated tender documents made available together with this Notice. The associated tender documents include the 'Procurement Specific Questionnaire' and accompanying instructions, and the draft 'Invitation to Submit Initial Tenders' (and its appendices). The Contracting Authority reserves its right to rely on section 24 PA 2023 to refine award criteria as part of the competitive flexible procedure. Refinements to the award criteria may include but are not limited to: refining award criteria weightings adding sub-criteria or more detail to the sub-criteria (relevant to the existing main criteria). In addition, the Contracting Authority may also rely on section 31 PA 2023 to modify the terms of the procurement as set out in this tender notice or the associated tender documents. When assessing tenders for the purposes of contract award under section 19 PA 2023, the contracting authority will apply a set of pass/fail criteria (including minimum score thresholds) that only apply to the assessment of final tenders (and not of initial tenders). Such pass/fail criteria, and when and how they are to be applied, are fully set out in the assessment methodology appended to draft 'Invitation to Submit Initial Tenders'. For the avoidance of doubt, applying the final tender-specific pass/fail criteria only at final tender stage (and not at initial tender stage), in accordance with the published assessment methodology, does not constitute a refinement of award criteria under section 24 nor a modification of terms of the procurement under section 31 PA 2023."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The full tender documents are available for unrestricted and full direct access, free of charge at: https://procontract.due-north.com/Login",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-14T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-09T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-01T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "032346-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032346-2025",
                "datePublished": "2025-06-13T15:11:05+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2042-08-21T23:59:59Z"
                }
            ]
        }
    },
    "language": "en"
}