Notice Information
Notice Title
NCC202500295 - Recycling Collection Service
Notice Description
Newport City Council is out to tender via Sell2Wales / eTenderWales for Dry Recycling Collection Services. A competitive flexible procedure has been selected as the most suitable procurement approach for this contract, as it offers the necessary adaptability to address the complex requirements associated with recycling collections. This procedure enables the Council to engage with the market and negotiate solutions that best align with operational needs, quality standards, and value for money. Newport City Council is looking to contract with a provider capable of delivering high quality, cost-effective and environmentally responsible recycling collections for Newport's residents, through a competitive tender process that ensures value for money and continued alignment with both local and national objectives.
Planning Information
Individual initial market engagement sessions were undertaken by Eunomia (consultants appointed to provide specialist procurement support to NCC in preparation for the re-tendering of the Dry Recycling Collections contract) with all of the suppliers of dry recycling collection services for local authorities across the UK. In addition, Eunomia also engaged with Plan B who operate services for Bridgend CBC but are a newer market entrant, and Paprec a French owned company who are looking to break into the UK market. These sessions were essential to the market understanding an opportunity was going to be published. Sessions were held individually to facilitate an open dialogue about key issues which would impact the market’s decision to submit a proposal. A summary of the key issues raised in these discussions is provided below and has been used to inform the development of the specification, contract and payment and performance mechanism. • Method of collection of dry recycling: NCC operates a highly performing recycling collection system which is compliant with the Welsh Government Collections Blueprint, however this method of collection is not favoured by the market due its operational complexities. Therefore, all but two companies stated that this would be a reason for not participating in the procurement process. • Timing and Contract Size: The market is currently very busy with multiple very large opportunities, therefore there is limited capacity within teams to respond to new opportunities and the size of this contract limits the margin which can be made. • Availability of Depot and Vehicles: NCC does not own a depot, reprocessing facility or vehicles for any new contractor to use from the start if the contract. Although this does not mean companies would not bid, it limits interest in the opportunity.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ff07
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000336-2026
- 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
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- 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
- £33,901,704 £10M-£100M
- Lots Value
- £33,901,704 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jan 20262 weeks ago
- Submission Deadline
- 20 Feb 20262 months to go
- Future Notice Date
- 6 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2033 Over 5 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
- NEWPORT CITY COUNCIL
- Contact Name
- Michael Owen
- Contact Email
- michael.owen@newport.gov.uk
- Contact Phone
- +441633987787
Buyer Location
- Locality
- NEWPORT
- Postcode
- NP20 4UR
- Post Town
- Newport
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL54 Monmouthshire and Newport
- Delivery Location
- TLL21 Monmouthshire and Newport
-
- Local Authority
- Newport
- Electoral Ward
- Allt-yr-yn
- Westminster Constituency
- Newport West and Islwyn
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/000336-2026
5th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/000165-2026
5th January 2026 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05ff07-2026-01-05T14:07:10Z",
"date": "2026-01-05T14:07:10Z",
"ocid": "ocds-h6vhtk-05ff07",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWLP-4583-NQGG",
"name": "Newport City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWLP-4583-NQGG"
},
"address": {
"streetAddress": "Civic Centre",
"locality": "Newport",
"postalCode": "NP20 4UR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL21"
},
"contactPoint": {
"name": "Michael Owen",
"email": "michael.owen@newport.gov.uk",
"telephone": "+441633987787"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.newport.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWLP-4583-NQGG",
"name": "Newport City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Individual initial market engagement sessions were undertaken by Eunomia (consultants appointed to provide specialist procurement support to NCC in preparation for the re-tendering of the Dry Recycling Collections contract) with all of the suppliers of dry recycling collection services for local authorities across the UK. In addition, Eunomia also engaged with Plan B who operate services for Bridgend CBC but are a newer market entrant, and Paprec a French owned company who are looking to break into the UK market. These sessions were essential to the market understanding an opportunity was going to be published. Sessions were held individually to facilitate an open dialogue about key issues which would impact the market's decision to submit a proposal. A summary of the key issues raised in these discussions is provided below and has been used to inform the development of the specification, contract and payment and performance mechanism. * Method of collection of dry recycling: NCC operates a highly performing recycling collection system which is compliant with the Welsh Government Collections Blueprint, however this method of collection is not favoured by the market due its operational complexities. Therefore, all but two companies stated that this would be a reason for not participating in the procurement process. * Timing and Contract Size: The market is currently very busy with multiple very large opportunities, therefore there is limited capacity within teams to respond to new opportunities and the size of this contract limits the margin which can be made. * Availability of Depot and Vehicles: NCC does not own a depot, reprocessing facility or vehicles for any new contractor to use from the start if the contract. Although this does not mean companies would not bid, it limits interest in the opportunity.",
"dateMet": "2025-10-31T00:00:00+00:00",
"status": "met"
}
],
"documents": [
{
"id": "000165-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/000165-2026",
"datePublished": "2026-01-05T10:11:00Z",
"format": "text/html"
}
]
},
"tender": {
"id": "NCC202500295",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "NCC202500295 - Recycling Collection Service",
"description": "Newport City Council is out to tender via Sell2Wales / eTenderWales for Dry Recycling Collection Services. A competitive flexible procedure has been selected as the most suitable procurement approach for this contract, as it offers the necessary adaptability to address the complex requirements associated with recycling collections. This procedure enables the Council to engage with the market and negotiate solutions that best align with operational needs, quality standards, and value for money. Newport City Council is looking to contract with a provider capable of delivering high quality, cost-effective and environmentally responsible recycling collections for Newport's residents, through a competitive tender process that ensures value for money and continued alignment with both local and national objectives.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
}
],
"deliveryAddresses": [
{
"region": "UKL21",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL21",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 40682044,
"amount": 33901704,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2033-06-30T23:59:59+01:00",
"maxExtentDate": "2041-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 40682044,
"amount": 33901704,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Qualification Envelope with eTenderWales."
},
{
"type": "technical",
"description": "Please refer to the Technical Envelope within eTenderWales."
}
]
},
"renewal": {
"description": "8 years at NCC discretion."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-06T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This is a complex procurement and the Authority has set out in the ITT an overview of the process that it is intending to carry out, which may be subject to adjustment depending on Tenders received and/or how the process progresses. Any changes will be discussed with Tenderers and confirmed at the time as appropriate. The Authority reserves the right to introduce further stages into the process as it sees fit and to require Tenderers to clarify and/or refine their Tenders. The Authority reserves the right to decline to conduct any further dialogue at any stage. The Authority has designed the following staged process: Stage 1 is the issue of this invitation (this ITT together with all Tender Documents) by the Authority in response to a request to participate. This is followed by: 1.1. a series of pre submission dialogue sessions as further described in the ITT. Each Dialogue Session shall not be subject to assessment. 1.2. submission if applicable of comments and proposed amendments to the Draft Contract and performance and payment mechanism which the Authority will review and reissue to Tenderers prior to submission of Tenders. Stage 2 - Tenders are submitted followed by Assessment of each Tenderer against the Conditions of Participation and the Assessment Criteria in order to determine the Tenderer will the most advantageous Tender. Stage 3 (optional) - The Authority reserves the right to conduct further rounds of dialogue and seek Final Tenders from Tenderers. Tenderers will be notified if applicable."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://etenderwales.ukp.app.jaggaer.com/home.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-20T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-19T12:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-03-13T23:59:59+00:00"
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "All tender documents will be uploaded to eTenderWales for tenderers to review and participate. https://etenderwales.ukp.app.jaggaer.com/home.html"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "000336-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/000336-2026",
"datePublished": "2026-01-05T14:07:10Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Please refer to Payment mechanism document within eTenderWales."
},
"riskDetails": "Please refer to Payment mechanism document within eTenderWales."
},
"language": "en"
}