Tender

Commercial Waste Collection, Disposal and Recycling Services

SALISBURY CITY COUNCIL

This public procurement record has 2 releases in its history.

Tender

02 Feb 2026 at 13:45

Planning

23 Oct 2025 at 11:57

Summary of the contracting process

Salisbury City Council has initiated an open tender for the provision of Commercial Waste Collection, Disposal and Recycling Services, with an implementation value of £1,250,000 and a gross amount of £1,500,000, representing a significant procurement opportunity in the service industry. This contract, within the "Refuse and waste related services" category, seeks a comprehensive solution for managing Salisbury's commercial and municipal waste across Council-managed locations. The procurement timeline includes a tender submission deadline of 3rd March 2026, with the service intended to commence on 1st June 2026 and conclude by 31st May 2029, with possible extensions. This initiative is expected to consolidate existing contracts into a single framework, enhancing operational efficiency and compliance standards, while supporting environmental sustainability objectives.

This procurement represents a considerable opportunity for businesses, particularly those with expertise in waste management, environmental compliance, and sustainable logistics. Companies possessing a valid Waste Carrier Licence, robust environmental protocols, and the capability for scalable operations will find this tender particularly relevant. The contract requires alignment with environmental legislation and offers prospects for innovation in waste recirculation and cost-effective service delivery. Businesses that excel in delivering comprehensive and flexible services in responsive operational environments, including 7-day operations and varied waste management tactics, are well-suited to compete and potentially expand their service portfolio through this council partnership.

How relevant is this notice?

Notice Information

Notice Title

Commercial Waste Collection, Disposal and Recycling Services

Notice Description

Salisbury City Council (SCC) intends to establish a new Commercial Waste Collection, Disposal and Recycling Service covering the collection, transportation, processing, reuse/recycling and lawful disposal of commercial and municipal waste generated at Council-managed locations in Salisbury. It forms the principal operational standard and contract deliverable. The new contract will consolidate several existing short-term arrangements currently delivered by external providers into a single, integrated service. This will enable greater service consistency, operational efficiency, value for money, and compliance with all relevant environmental legislation. The contract will play a key role in maintaining Salisbury's public spaces as clean, safe, and welcoming environments, supporting the Council's long-term sustainability and environmental objectives. SCC is committed to maintaining high standards of cleanliness and environmental performance. The new contract will cover the management of green waste from parks and open spaces, spoil tip waste from cemeteries, litter and refuse from street bins (including sweeper waste), and waste from council buildings and operational sites. Waste Stream Data (2024-2025) The following figures represent the baseline tonnage data for the 2024-2025 reporting period and will be used to inform the new contract: Waste Stream Tonnes General Waste (DNH) 240.69 Dry Mixed Recycling 7.00 Glass 0.30 Mixed Recyclables 15.49 Mixed Commercial Waste 7.20 Municipal Waste 31.86 Biodegradable Waste 10.22 Wood 1.12 Total Waste Managed Across All Streams 313.88 (These figures form the baseline for ongoing reporting, performance comparison, and service improvement targets.) Suppliers are directed to Annex 1: Waste Contract Specification for a full description of the required service including waste streams, operational requirements, key performance indicators and other operational aspects of this service. Please note that the schedules to the specification include the locations and frequency of collections as well as indicative historic data to help inform future service requirements.

Lot Information

Lot 1

Renewal: There is 1 contract extension with a maximum duration of 2 years and 0 month, and a value ex VAT of PS 500,000

Planning Information

SCC COMMERCIAL WASTE COLLECTION, DISPOSAL & RECYCLING SERVICES TENDER Preliminary Market Engagement Notice The purpose of this Preliminary Market Engagement Notice is to initiate discussions with the market ahead of a forthcoming procurement for Salisbury City Council’s (SCC) new Commercial Waste Collection, Disposal and Recycling Services contract. The Council is seeking a suitably qualified and experienced contractor to deliver the collection, transport, processing, recycling, and lawful disposal of commercial and municipal waste generated at Council-managed locations across Salisbury. The scope of the proposed contract will include the management of waste from parks and open spaces, spoil tip waste from cemeteries, litter and refuse from public street bins, and sweeper waste collected through street cleansing operations. It will also cover waste from Council buildings and operational sites, together with the secure collection and disposal of confidential waste and the removal and lawful disposal of fly-tipped materials from public areas. SCC is inviting suitable, experienced, and qualified suppliers to discuss the future provision of these services in Salisbury. The Council aims to assess both the interest and capability of the market to deliver the scope of services and to gather feedback on the proposed service model to help inform the forthcoming procurement process. A summary of the proposed service and contract scope includes: • Collection, transport, processing, recycling, and lawful disposal of commercial and municipal waste generated from Council-managed locations across Salisbury. • Disposal and recycling of green waste from parks, open spaces, and public grounds. • Removal and disposal of spoil tip waste arising from cemetery operations. • Collection of litter and refuse from public street bins, and management of sweeper waste generated through street cleansing operations (not collected from bins). • Collection and management of waste from approximately 11 Council buildings and operational sites, including but not limited to the Guildhall, Tollgate Depot, and Bemerton Health Centre. • Collection and secure disposal of confidential waste from Council premises and designated locations. • Removal and lawful disposal of fly-tipped waste from public areas across the city. • Safe, compliant, and auditable recycling or disposal of all waste collected in accordance with statutory and environmental requirements. • Collaboration with the Council to identify opportunities for direct transport of waste to recycling or disposal points where operationally appropriate, improving cost-effectiveness and environmental performance. • Flexibility to adapt services in response to seasonal demand, local events, and future policy or legislative changes. Approximate anticipated volumes (tonnes per year) are as follows: • General Waste (DNH): 240.69 • Dry Mixed Recycling: 7.00 • Glass: 0.30 • Mixed Recyclables: 15.49 • Mixed Commercial Waste: 7.20 • Municipal Waste: 31.86 • Biodegradable Waste: 10.22 • Wood: 1.12 • All Streams: 313.88 The anticipated annual value of the contract will be up to £250,000 per annum for an initial three years plus an option to extend by up to two years (ie 3+2) giving a maximum contract value and duration of £1.25m over five years. Historic spend data, based upon 2024/25 total waste disposal costs, are: • 27004 Waste Disposal: £139,364 • 27005 Market Waste Disposal: £34,849 • Total: £174,213 Waste services are currently delivered under short-term contracts (expiring Summer 2026) with several external providers and there is a need for a formal contract to improve service consistency, efficiency, and compliance. In particular, it is recognised that combining the current number of short-term contracts into a longer-term, single supplier contract will provide greater value for money for the council in terms of financial efficiencies but also staff resourcing and consistency of service provision. The new contract will cover all waste from these public and council-managed areas to keep them clean, safe, and welcoming. Where it makes sense, the council may transport some waste directly to disposal or recycling points to keep things efficient and cost-effective. The main objectives of the preliminary market engagement will be to initiate a discussion with the market to consider SCC’s proposals to combine the existing contracts, maintain high standards of service and advance the Council’s strategic priorities. SCC welcomes suggestions as part of this engagement on whether the proposed service model meets these priorities and is attractive to the market. Our contractor for the new contract period will be a critical partner in driving the outcomes of the service strategy. The key objectives and additional project considerations are as follows: Key Objectives: • Maintain high standards of cleanliness and hygiene across public and council spaces as detailed in Section 5 of the service specification. • Increase recycling rates and encourage responsible waste disposal in line with the expectations described in the specification and in line with KPIs reported upon at contract monitoring meetings (formal targets to be set following market engagement and consultation with suppliers), subject to meeting SCC requirements as laid out in the Council's Environmental Policy. • Fully comply with environmental and health and safety regulations. • Introduce improvements like better collection routes, reduced emissions from collection vehicles, and faster response to service needs. Additional Project Considerations: • Contractual requirement to manage and handle different types of waste with varying collection schedules. • A requirement to coordinate collections across many sites and public areas. • Manage the challenge of adapting to seasonal changes and events that affect waste levels. • Working with the council to minimise contamination and maximise recycling opportunities beyond current levels. Flexibility will be key; the successful contractor will need to be innovative, adaptable and prepared to adjust over time as progress is made toward strategic outcomes and as service needs change. The following services are out of scope for this procurement: • domestic/kerb-side collection • waste treatment • food waste processing Joint ventures or partnership bids would be welcomed. SCC intends to commence the procurement procedure in December 2025. Market Engagement Format and Practical Considerations: 1. This market engagement event will be held online via MS Teams. 2. To attend this market engagement event, please email Marc Read <mread@salisburycitycouncil.gov.uk> by 11 November at 5.00pm . 3. Attendees are limited to a maximum of two staff per organisation. Please send staff names and email addresses to receive a meeting invite. 4. A draft specification will be circulated ahead of the market engagement event and upon receipt of email addresses for attendees. 5. Feedback on the draft service specification is welcomed. In particular: (i) whether there are any alternative delivery models that could be considered; (ii) whether there are any risks foreseen with the proposed service model; (iii) whether there are any opportunities for cost savings or efficiency improvements and (iv) what innovation or industry best practice could improve service quality. 6. The event will be scheduled to take place for one hour. 7. Questions are welcomed but will be recorded rather than answered during the meeting. Questions and answers (along with slides) will be distributed with the tender pack when the tender is published.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d26b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008976-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

Notice Value(s)

Tender Value
£1,250,000 £1M-£10M
Lots Value
£1,250,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20261 weeks ago
Submission Deadline
3 Mar 20263 weeks to go
Future Notice Date
8 Dec 2025Expired
Award Date
Not specified
Contract Period
31 May 2026 - 31 May 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SALISBURY CITY COUNCIL
Contact Name
Marc Read
Contact Email
mread@salisburycitycouncil.gov.uk
Contact Phone
+44 7900 138 093

Buyer Location

Locality
SALISBURY
Postcode
SP1 1JH
Post Town
Salisbury
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
Wiltshire
Electoral Ward
Salisbury St Edmund's
Westminster Constituency
Salisbury

Further Information

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-05d26b-2026-02-02T13:45:58Z",
    "date": "2026-02-02T13:45:58Z",
    "ocid": "ocds-h6vhtk-05d26b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMTB-3924-HHTH",
            "name": "Salisbury City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMTB-3924-HHTH"
            },
            "address": {
                "streetAddress": "The Guildhall, Market Place",
                "locality": "Salisbury",
                "postalCode": "SP1 1JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK15"
            },
            "contactPoint": {
                "name": "Marc Read",
                "email": "mread@salisburycitycouncil.gov.uk",
                "telephone": "+44 7900 138 093"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.salisburycitycouncil.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMTB-3924-HHTH",
        "name": "Salisbury City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "SCC COMMERCIAL WASTE COLLECTION, DISPOSAL & RECYCLING SERVICES TENDER Preliminary Market Engagement Notice The purpose of this Preliminary Market Engagement Notice is to initiate discussions with the market ahead of a forthcoming procurement for Salisbury City Council's (SCC) new Commercial Waste Collection, Disposal and Recycling Services contract. The Council is seeking a suitably qualified and experienced contractor to deliver the collection, transport, processing, recycling, and lawful disposal of commercial and municipal waste generated at Council-managed locations across Salisbury. The scope of the proposed contract will include the management of waste from parks and open spaces, spoil tip waste from cemeteries, litter and refuse from public street bins, and sweeper waste collected through street cleansing operations. It will also cover waste from Council buildings and operational sites, together with the secure collection and disposal of confidential waste and the removal and lawful disposal of fly-tipped materials from public areas. SCC is inviting suitable, experienced, and qualified suppliers to discuss the future provision of these services in Salisbury. The Council aims to assess both the interest and capability of the market to deliver the scope of services and to gather feedback on the proposed service model to help inform the forthcoming procurement process. A summary of the proposed service and contract scope includes: * Collection, transport, processing, recycling, and lawful disposal of commercial and municipal waste generated from Council-managed locations across Salisbury. * Disposal and recycling of green waste from parks, open spaces, and public grounds. * Removal and disposal of spoil tip waste arising from cemetery operations. * Collection of litter and refuse from public street bins, and management of sweeper waste generated through street cleansing operations (not collected from bins). * Collection and management of waste from approximately 11 Council buildings and operational sites, including but not limited to the Guildhall, Tollgate Depot, and Bemerton Health Centre. * Collection and secure disposal of confidential waste from Council premises and designated locations. * Removal and lawful disposal of fly-tipped waste from public areas across the city. * Safe, compliant, and auditable recycling or disposal of all waste collected in accordance with statutory and environmental requirements. * Collaboration with the Council to identify opportunities for direct transport of waste to recycling or disposal points where operationally appropriate, improving cost-effectiveness and environmental performance. * Flexibility to adapt services in response to seasonal demand, local events, and future policy or legislative changes. Approximate anticipated volumes (tonnes per year) are as follows: * General Waste (DNH): 240.69 * Dry Mixed Recycling: 7.00 * Glass: 0.30 * Mixed Recyclables: 15.49 * Mixed Commercial Waste: 7.20 * Municipal Waste: 31.86 * Biodegradable Waste: 10.22 * Wood: 1.12 * All Streams: 313.88 The anticipated annual value of the contract will be up to PS250,000 per annum for an initial three years plus an option to extend by up to two years (ie 3+2) giving a maximum contract value and duration of PS1.25m over five years. Historic spend data, based upon 2024/25 total waste disposal costs, are: * 27004 Waste Disposal: PS139,364 * 27005 Market Waste Disposal: PS34,849 * Total: PS174,213 Waste services are currently delivered under short-term contracts (expiring Summer 2026) with several external providers and there is a need for a formal contract to improve service consistency, efficiency, and compliance. In particular, it is recognised that combining the current number of short-term contracts into a longer-term, single supplier contract will provide greater value for money for the council in terms of financial efficiencies but also staff resourcing and consistency of service provision. The new contract will cover all waste from these public and council-managed areas to keep them clean, safe, and welcoming. Where it makes sense, the council may transport some waste directly to disposal or recycling points to keep things efficient and cost-effective. The main objectives of the preliminary market engagement will be to initiate a discussion with the market to consider SCC's proposals to combine the existing contracts, maintain high standards of service and advance the Council's strategic priorities. SCC welcomes suggestions as part of this engagement on whether the proposed service model meets these priorities and is attractive to the market. Our contractor for the new contract period will be a critical partner in driving the outcomes of the service strategy. The key objectives and additional project considerations are as follows: Key Objectives: * Maintain high standards of cleanliness and hygiene across public and council spaces as detailed in Section 5 of the service specification. * Increase recycling rates and encourage responsible waste disposal in line with the expectations described in the specification and in line with KPIs reported upon at contract monitoring meetings (formal targets to be set following market engagement and consultation with suppliers), subject to meeting SCC requirements as laid out in the Council's Environmental Policy. * Fully comply with environmental and health and safety regulations. * Introduce improvements like better collection routes, reduced emissions from collection vehicles, and faster response to service needs. Additional Project Considerations: * Contractual requirement to manage and handle different types of waste with varying collection schedules. * A requirement to coordinate collections across many sites and public areas. * Manage the challenge of adapting to seasonal changes and events that affect waste levels. * Working with the council to minimise contamination and maximise recycling opportunities beyond current levels. Flexibility will be key; the successful contractor will need to be innovative, adaptable and prepared to adjust over time as progress is made toward strategic outcomes and as service needs change. The following services are out of scope for this procurement: * domestic/kerb-side collection * waste treatment * food waste processing Joint ventures or partnership bids would be welcomed. SCC intends to commence the procurement procedure in December 2025. Market Engagement Format and Practical Considerations: 1. This market engagement event will be held online via MS Teams. 2. To attend this market engagement event, please email Marc Read <mread@salisburycitycouncil.gov.uk> by 11 November at 5.00pm . 3. Attendees are limited to a maximum of two staff per organisation. Please send staff names and email addresses to receive a meeting invite. 4. A draft specification will be circulated ahead of the market engagement event and upon receipt of email addresses for attendees. 5. Feedback on the draft service specification is welcomed. In particular: (i) whether there are any alternative delivery models that could be considered; (ii) whether there are any risks foreseen with the proposed service model; (iii) whether there are any opportunities for cost savings or efficiency improvements and (iv) what innovation or industry best practice could improve service quality. 6. The event will be scheduled to take place for one hour. 7. Questions are welcomed but will be recorded rather than answered during the meeting. Questions and answers (along with slides) will be distributed with the tender pack when the tender is published.",
                "dueDate": "2025-11-12T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "067797-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/067797-2025",
                "datePublished": "2025-10-23T12:57:30+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "SCC27338",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Commercial Waste Collection, Disposal and Recycling Services",
        "description": "Salisbury City Council (SCC) intends to establish a new Commercial Waste Collection, Disposal and Recycling Service covering the collection, transportation, processing, reuse/recycling and lawful disposal of commercial and municipal waste generated at Council-managed locations in Salisbury. It forms the principal operational standard and contract deliverable. The new contract will consolidate several existing short-term arrangements currently delivered by external providers into a single, integrated service. This will enable greater service consistency, operational efficiency, value for money, and compliance with all relevant environmental legislation. The contract will play a key role in maintaining Salisbury's public spaces as clean, safe, and welcoming environments, supporting the Council's long-term sustainability and environmental objectives. SCC is committed to maintaining high standards of cleanliness and environmental performance. The new contract will cover the management of green waste from parks and open spaces, spoil tip waste from cemeteries, litter and refuse from street bins (including sweeper waste), and waste from council buildings and operational sites. Waste Stream Data (2024-2025) The following figures represent the baseline tonnage data for the 2024-2025 reporting period and will be used to inform the new contract: Waste Stream Tonnes General Waste (DNH) 240.69 Dry Mixed Recycling 7.00 Glass 0.30 Mixed Recyclables 15.49 Mixed Commercial Waste 7.20 Municipal Waste 31.86 Biodegradable Waste 10.22 Wood 1.12 Total Waste Managed Across All Streams 313.88 (These figures form the baseline for ongoing reporting, performance comparison, and service improvement targets.) Suppliers are directed to Annex 1: Waste Contract Specification for a full description of the required service including waste streams, operational requirements, key performance indicators and other operational aspects of this service. Please note that the schedules to the specification include the locations and frequency of collections as well as indicative historic data to help inform future service requirements.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1500000,
            "amount": 1250000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2029-05-31T23:59:59+01:00",
                    "maxExtentDate": "2031-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1500000,
                    "amount": 1250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Price and quality is assessed using the Price per Quality Point methodology described above.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality criterion 1 (Lot 0)",
                            "description": "Topic: Quality & Customer Service (Reliability, Contingency & Responsiveness) Question: Describe your approach to ensuring reliable and on-time waste collection services, including contingency measures to maintain day-to-day full-service delivery in the event of vehicle breakdowns, adverse weather, or staff absences. Weighting: 30 points Word Count: 800 words"
                        },
                        {
                            "type": "quality",
                            "name": "Quality criterion 2 (Lot 0)",
                            "description": "Topic: Compliance & Governance (Legal, Ethical, Safety) Question: Explain how your organisation ensures full compliance with all relevant legislation and codes of practice, including waste handling regulations, Health & Safety, and ethical requirements such as the Modern Slavery Act. Weighting: 30 points Word Count: 900 words"
                        },
                        {
                            "type": "quality",
                            "name": "Quality criterion 3 (Lot 0)",
                            "description": "Topic: Environmental Management (Vehicles, Routes, Recycling Outcomes) Question: Describe your environmental approach to waste collection and disposal, including how you minimise carbon emissions and maximise reuse, recycling, and recovery of materials. Weighting: 25 points Word Count: 800 words"
                        },
                        {
                            "type": "quality",
                            "name": "Quality criterion 4 (Lot 0)",
                            "description": "Topic: Capacity & Resilience (Scale, Resources & 7-Day Operations) Question: Demonstrate your organisation's strategic capacity to deliver consistent services 7 days a week across all required sites, including your ability to scale operations in response to increased demand or service variation. Weighting: 20 points Word Count: 650 words"
                        },
                        {
                            "type": "quality",
                            "name": "Quality criterion 5 (Lot 0)",
                            "description": "Topic: Value for Money and Social Value Question: Please describe the additional social, environmental, or community benefits your organisation will deliver during this contract. Weighting: 20 points Word Count: 600 words"
                        },
                        {
                            "type": "price",
                            "name": "Price criterion 1 (Lot 0)",
                            "description": "Price will be calculated as described in Annex 2 Pricing Schedule in Tab 1. Tenders will be evaluated against the overall price as populated in cell G45 in Tab 1 of Annex 2, The overall Price will be calculated by: 1. Calculating the cost of each scenario described in Tab 4 - Pricing Scenarios 2. Applying the weighting for each scenario as described in Tab 4 - Pricing Scenarios 3. Adding the weighted scores for all scenarios together to get a final bid price. This price will be used to calculate the Price per Quality Point as described in the Invitation to Tender document and in Annex 2 Pricing Schedule"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "The successful tenderer will need to hold and maintain at all times: * A valid Waste Carrier Licence; * Any environmental permits required for processing, transfer or storage; * Appropriate road transport licences and ADR authorisations, where transporting hazardous consignments. * Other requirements as detailed in the specification."
                        }
                    ]
                },
                "renewal": {
                    "description": "There is 1 contract extension with a maximum duration of 2 years and 0 month, and a value ex VAT of PS 500,000"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-08T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://in-tendhost.co.uk/hampshire/aspx/Home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-03T14:00:59+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-23T14:00:59+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-10T23:59:59+01:00"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "There are several areas to consider when deciding whether to lot a contract. An overview of the pros and cons for multi-lotted contracts are: Pros: * Reduced Risk of Supply Chain Disruption - Spreading the work across multiple suppliers reduces the impact of any single supplier's problems. * Increased Competition - Encourages more suppliers to participate, potentially leading to better pricing and innovation. * Opportunity for SMEs - Splitting contracts into lots can make it easier for smaller businesses to compete for contracts. * Flexibility and Innovation - Different suppliers may offer varied approaches, allowing for experimentation and potentially better solutions. Cons: * More Complex Procurement - Requires managing multiple contracts and suppliers, increasing administrative burden. * Higher Procurement Costs - Multiple tendering processes and contract management can be more expensive. * Potential for Inconsistent Quality - Different suppliers may have varying standards, requiring closer monitoring. * Reduced Economies of Scale - Smaller contract lots may limit the potential for volume discounts. Lotting types * by geographical coverage * by trade type SCC considered all the above when looking at this contract and opted for a single supplier approach. A single supplier contract allows for a consistent approach to quality through their own supply chain. Further, the new service is intended to bring together a number of existing smaller (separate) contracts to reduce overheads, service duplication and inconsistency. The Salisbury location is too small an area to consider geographical lotting for this service."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "008976-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008976-2026",
                "datePublished": "2026-02-02T13:45:58Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Standard 30 day terms will apply. Invoices are emailed to facilities@salisburycitycouncil.gov.uk. In the first instance, any disputes will go via dedicated contacts. If a resolution cannot be agreed then the escalation point will be to the Head of Service and the Responsible Finance Officer."
        },
        "riskDetails": "New Service / Potential New Supplier This is a new single supplier contract combining a number of previous smaller contracts. Although there will inevitably be a 'bedding in' period, regular close contract monitoring will ensure issues are identified/addressed early. Clear KPIs and targets are included in the specification and will be monitored through these regular meetings. High Value / Business Critical Tender This is a high value, business critical tender for Salisbury and, as such, is supported by senior staff within the Council. Any issues of contract under performance or failure are likely to impact high profile events such as markets or seasonal fairs leading to public criticism and reputational damage to the Authority. Regular close contract monitoring and service reviews will ensure issues are identified/addressed early. Clear KPIs and targets are included in the specification and will be monitored through these regular meetings. Modern Slavery The waste industry is know to be at risk of modern slavery, particularly with short term contracts and the use of temporary staff throughout the supply chains. Although additional checks and questions have been included in the tender, this will require ongoing monitoring and reporting from the supplier, post award. The specification acknowledges the issues and the contract includes specific clauses in the T&Cs to manage/mitigate this risk."
    },
    "language": "en"
}