Issue - meetings

Environmental Services Contract - Procurement Process

Meeting: 19/06/2019 - Cabinet (Item 6)

6 Environmental Services Contract - Procurement Process pdf icon PDF 90 KB

Additional documents:

Decision:

1.            That Cabinet approves the key terms to be included in the tender of the waste collection contract as set out in this Report (and further detailed in Appendix 3 to the report) and notes the timetable for the tendering process.

 

2.            That Cabinet approves the proposed procurement route of Competitive Procedure with Negotiation and the tender evaluation based on 50% price, 50% quality scoring criteria and the use of the quality evaluation process set out in Exempt Appendix 4.

 

3.            That the arrangements for (i) priced options in respect of a food waste collection service and (ii) the mobilisation of the contract extension, be noted.

Minutes:

 

Councillor Murphy introduced the report and explained that the new waste collection contract was substantially similar to the existing contract but included a four-weekly kerbside glass collection together with the collection of small electrical and electronic items.  The possibility of including food waste collection would be included as a “priced option.”

 

At the invitation of the Leader, Councillor Pearson addressed Cabinet and in summary, raised the following points:

·         There was no sense of urgency in the report regarding the recent Council declaration of a Climate Emergency;

·         It was unfortunate that it was not possible to specify the use of ultra low emission refuse collection vehicles (he acknowledged that the necessary technology was not yet available to enable the range of travel required in the rural areas of the district);

·         Concern that food waste collection might be prohibitively expensive;

·         New DEFRA provisions should be properly considered.

 

Councillor Murphy and the Strategic Director confirmed that food waste was included as a “priced option”, in the context of the DEFRA consultation, to enable the Council to ascertain the cost.  With regard to the refuse vehicle fleet, the contract specified a minimum Euro 6 standard and stated that the provision of ultralow emission vehicles would be welcomed.  The feasibility of providing electric charging points for refuse vehicles at the Council’s depot was also being investigated.

 

In response to questions, the Strategic Director advised that the County Council (as disposal authority) did not have any Hampshire based facilities for processing food waste as, at the current time, only one Hampshire district council collected food waste.  Councillor Murphy confirmed that through her involvement with Project Integra she would be encouraging the County Council to increase its range of facilities for recycling different types of waste. 

 

Cabinet agreed to the following for the reasons set out above and outlined in the Report.

 

RESOLVED:

 

1.         That the key terms to be included in the tender of the waste collection contract be approved as set out in this Report (and further detailed in Appendix 3 to the report) and the timetable for the tendering process be noted.

 

2.         That the proposed procurement route of Competitive Procedure with Negotiation and the tender evaluation based on 50% price, 50% quality scoring criteria and the use of the quality evaluation process set out in Exempt Appendix 4 to the report be approved.

 

3.         That the arrangements for (i) priced options in respect of a food waste collection service and (ii) the mobilisation of the contract extension, be noted.

 

 


 

ems at meetings - Environmental Services Contract - Procurement Process{sidenav}{content}