Tender

North Tyneside Council Waste Management Contract

NORTH TYNESIDE BOROUGH COUNCIL

This public procurement record has 5 releases in its history.

TenderUpdate

04 Nov 2025 at 12:55

TenderUpdate

29 Sep 2025 at 15:39

Tender

29 Sep 2025 at 14:57

Planning

12 Jun 2025 at 13:07

Planning

12 Jun 2025 at 12:49

Summary of the contracting process

North Tyneside Borough Council is currently in the tender stage for a significant Waste Management Contract estimated at £220 million, set to run for a maximum period of 20 years, beginning on 1st April 2027. The procurement process is conducted via a Competitive Flexible Procedure as per the Procurement Act 2023. The council aims to improve waste management solutions by managing approximately 77,000 tonnes of waste yearly across various disposal methods, including recycling and energy recovery. Key dates include an expression of interest deadline on 14th November 2025, and further details about services are provided in the tender documents. This procurement supports the council's commitment to sustainability and innovation, in line with the North Tyneside Plan.

This tender offers substantial opportunities for businesses with expertise in waste management solutions, particularly those with a focus on innovative and sustainable practices. Organisations with a demonstrable track record in managing waste and recycling facilities can engage meaningfully with the council to develop and implement strategic waste reduction practices. The council encourages participation from SMEs, either independently or through consortia or subcontracting, which aligns with the council’s objectives to foster economic growth and innovation within the local and wider business community.

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

North Tyneside Council Waste Management Contract

Notice 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 PS11,000,000 yearly for an estimated total value of PS220,000,000 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.

Lot Information

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.

Renewal: 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.

Planning Information

This notice serves as an invitation to prospective suppliers to participate in this pre-market engagement exercise but is not an invitation to tender. The Pre-Market Engagement Information Document is accessible via the Portal at www.open-uk.org and provides further background on the Contract. It also includes a short questionnaire which is intended to enable prospective suppliers to provide their key insights and recommendations to the Authority in respect of its approach to the Contract. Completed questionnaires should be submitted to the Authority via the Portal. The closing date for receipt of submitted questionnaires is 12pm on Monday 10 July 2025. The Authority intends to introduce this opportunity to prospective suppliers at an in-person market engagement event at North Tyneside Council at Quadrant East, Silverlink North, Cobalt Business Park, North Tyneside, NE27 0BY on 21 July 2025. If you wish to attend the market engagement event, please refer to the instructions in section 4 of the Pre-Market Engagement Information Document. The Pre-Market Engagement Information Document will be available by 5pm Friday 13th June 2025 via the below link: https://www.open-uk.org/opportunities/overview/public/bd224128-95a4-4802-b3dc-0549d427272d

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0547ad
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070821-2025
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
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

42320000 - Waste incinerators

90500000 - Refuse and waste related services

Notice Value(s)

Tender Value
£200,000,000 £100M-£1B
Lots Value
£220,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Nov 20253 months ago
Submission Deadline
24 Oct 2025Expired
Future Notice Date
11 Aug 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2027 - 31 Mar 2037 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH TYNESIDE BOROUGH COUNCIL
Additional Buyers

BIRD & BIRD LLP

GRANT THORNTON UK ADVISORY & TAX LLP

LOCAL PARTNERSHIPS LLP

Contact Name
Not specified
Contact Email
intpitchteam@twobirds.com, lpadministrator@localpartnerships.gov.uk, publicsector.bids@uk.gt.com, strategic.procurement@northtyneside.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NORTH TYNESIDE
Postcode
NE27 0BY
Post Town
Newcastle upon Tyne
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC22 Tyneside

Local Authority
City of London
Electoral Ward
Castle Baynard
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Notice URLs

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-0547ad-2025-11-04T12:55:37Z",
    "date": "2025-11-04T12:55:37Z",
    "ocid": "ocds-h6vhtk-0547ad",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "031923-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031923-2025",
                "datePublished": "2025-06-12T13:49:31+01:00",
                "format": "text/html"
            },
            {
                "id": "031944-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031944-2025",
                "datePublished": "2025-06-12T14:07:33+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This notice serves as an invitation to prospective suppliers to participate in this pre-market engagement exercise but is not an invitation to tender. The Pre-Market Engagement Information Document is accessible via the Portal at www.open-uk.org and provides further background on the Contract. It also includes a short questionnaire which is intended to enable prospective suppliers to provide their key insights and recommendations to the Authority in respect of its approach to the Contract. Completed questionnaires should be submitted to the Authority via the Portal. The closing date for receipt of submitted questionnaires is 12pm on Monday 10 July 2025. The Authority intends to introduce this opportunity to prospective suppliers at an in-person market engagement event at North Tyneside Council at Quadrant East, Silverlink North, Cobalt Business Park, North Tyneside, NE27 0BY on 21 July 2025. If you wish to attend the market engagement event, please refer to the instructions in section 4 of the Pre-Market Engagement Information Document. The Pre-Market Engagement Information Document will be available by 5pm Friday 13th June 2025 via the below link: https://www.open-uk.org/opportunities/overview/public/bd224128-95a4-4802-b3dc-0549d427272d",
                "dueDate": "2025-07-10T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PYBQ-4733-WWLW",
            "name": "North Tyneside Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYBQ-4733-WWLW"
            },
            "address": {
                "streetAddress": "Quadrant",
                "locality": "North Tyneside",
                "postalCode": "NE27 0BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC22"
            },
            "contactPoint": {
                "email": "strategic.procurement@northtyneside.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "https://my.northtyneside.gov.uk/category/198/procurement-tenders-and-opportunities"
            }
        },
        {
            "id": "GB-COH-OC454533",
            "name": "GRANT THORNTON UK ADVISORY & TAX LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC454533"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPLQ-5161-PCVN"
                }
            ],
            "address": {
                "streetAddress": "8 Finsbury Circus",
                "locality": "London",
                "postalCode": "EC2M 7EA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "publicsector.bids@uk.gt.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "financial consultant",
            "details": {
                "url": "http://www.grantthornton.co.uk"
            }
        },
        {
            "id": "GB-COH-OC346845",
            "name": "LOCAL PARTNERSHIPS LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC346845"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNWW-5697-ZHBL"
                }
            ],
            "address": {
                "streetAddress": "18 Smith Square",
                "locality": "London",
                "postalCode": "SW1P 3HZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "lpadministrator@localpartnerships.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Technical Consultant",
            "details": {
                "url": "http://localpartnerships.gov.uk"
            }
        },
        {
            "id": "GB-COH-OC340318",
            "name": "BIRD & BIRD LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC340318"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PTJN-2397-QWJT"
                }
            ],
            "address": {
                "streetAddress": "12 New Fetter Lane",
                "locality": "London",
                "postalCode": "EC4A 1JP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "intpitchteam@twobirds.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Legal consultant",
            "details": {
                "url": "https://www.twobirds.com"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYBQ-4733-WWLW",
        "name": "North Tyneside Borough Council"
    },
    "tender": {
        "id": "OPEN20251024",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "North Tyneside Council Waste Management Contract",
        "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 PS11,000,000 yearly for an estimated total value of PS220,000,000 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42320000",
                        "description": "Waste incinerators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 220000000,
            "amount": 200000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2037-03-31T23:59:59+01:00",
                    "maxExtentDate": "2047-03-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 220000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Comprised of: Technical Quality (45%) and Social Value (15%)",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "As stated in the tender documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "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. 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."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        },
                        {
                            "description": "As stated in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "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's absolute discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-11T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procedure": {
            "features": "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."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "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.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-14T12:00:00Z",
        "enquiryPeriod": {
            "endDate": "2025-10-24T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-17T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0"
            },
            {
                "id": "060616-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060616-2025",
                "datePublished": "2025-09-29T15:57:42+01:00",
                "format": "text/html"
            },
            {
                "id": "060667-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060667-2025",
                "datePublished": "2025-09-29T16:39:55+01:00",
                "format": "text/html"
            },
            {
                "id": "070821-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070821-2025",
                "datePublished": "2025-11-04T12:55:37Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "060667-2025",
                "description": "Direct link to opportunity added: https://open-uk.org/opportunities/overview/public/9ea116f8-2861-45c6-8818-8cc6278ea9f0"
            },
            {
                "id": "070821-2025",
                "description": "The Authority has changed the weighting scores for this procurement. The weightings are now 60% Quality and 40% Price for future stages of the procedure."
            }
        ]
    },
    "language": "en"
}