Agenda item

WASTE, RECYCLING AND STREET CLEANSING CONTRACT SERVICE DESIGN - PART 1

REPORT OF THE SHARED SERVICE MANAGER

 

Officers are currently undergoing a competitive dialogue procurement and are seeking a decision from Cabinet on further service design options that can be considered in order to achieve the long-term financial sustainability of the service and the Council.

 

Decision:

RECOMMENDED TO CABINET: That the Overview and Scrutiny Committee recommend to Cabinet that the recommendations contained within the report entitled ‘Waste, Recycling and Street Cleansing Contract Service Design – Part 1’ be amended to:

 

(1)   Any changes to the service design identified in paragraph 8.2 of the report regarding waste and recycling service are referred back to Cabinet for approval.

 

(2)   Any changes to the service design identified in paragraph 8.2 of the report regarding street cleansing service are referred back to Cabinet for approval

 

REASONS FOR RECOMMENDATION:

 

(1)   The competitive dialogue procurement process allows the Council to explore service design options which may present benefits to the Council. The process so far has identified that significant cost increases are likely from the waste, recycling and street cleansing services in the next contract.

 

(2)   Officers have considered the initial offers from bidders and discussed opportunities for specification changes with them, which are aligned with the Council’s aims for high performance, but that will reduce the costs to the Council with minimal impacts on perceived performance.

 

(3)   To ensure decisions are taken by elected representatives and not delegated to Officers.

 

Minutes:

Audio recording – 1hours 52 minutes 05 seconds

 

The Executive Member for Recycling and Waste Management, presented the report entitled ‘Waste, Recycling and Street Cleansing Contract Service Design – Part 1’ and advised that:

 

·       This was a high-profile service which impacts on residents every week and on the Council being able to meet its carbon reduction and sustainability objectives.

·       There was a competitive procurement process in progress as the proposed service design presented affordability issues for Council.

·       Delegated authority was being sought to proceed with points 8.2 of this report as the procurement timeline was tight.

 

The Chair advised that the reason part of this item was in Part 2 was due to financial implications for the Council and that there was a vote on two new Recommendations.

 

The following members asked questions:

 

·       Councillor Ralph Muncer

·       Councillor Matt Barnes

·       Councillor Clare Billing

·       Councillor Adam Compton

 

In response to questions, the Service Manager - Waste stated that:

 

·       External legal advice was being sought to ensure the contract complied with proposed statutory guidance on frequency of residual waste collections.

·       Some of the design changes were mutually exclusive.

·       There were lots of performance measures available, but sustainability was different to carbon reduction in relation to climate and performance rates.

·       The specification would be able to manage all anticipated changes in legislation.

·       Further legal advice was being sought to ensure the ability to make changes to the contract if needed.

 

Councillor David Levett reported that this was the largest contract and the biggest expenditure that the Council has and the way it is delivered had an impact on every household in North Herts and should be decided by elected representatives. He proposed that the referral be amended and any changes should be referred to Cabinet for approval.

 

This amendment was seconded by Councillor Ralph Muncer.

 

The Service Director – Resources advised that recommendations are listed as paragraph 8.2 in Part 1 and as Appendix 2 in Part 2.

 

Having been proposed, as amended, by Councillor David Levett and seconded by Councillor Ralph Muncer, following a vote, it was:

 

RECOMMENDED TO CABINET:

 

(1)   Any changes to the service design identified in paragraph 8.2 of the report regarding waste and recycling service are referred back to Cabinet for approval.

(2)   Any changes to the service design identified in paragraph 8.2 of the report regarding street cleansing service are referred back to Cabinet for approval.

 

REASONS FOR RECOMMENDATION:

 

(1)   The competitive dialogue procurement process allowed the Council to explore service design options which may present benefits to the Council. The process so far has identified that significant cost increases are likely from the waste, recycling and street cleansing services in the next contract.

 

(2)   Officers have considered the initial offers from bidders and discussed opportunities for specification changes with them, which were aligned with the Council’s aims for high performance, but that would reduce the costs to the Council with minimal impacts on perceived performance.

 

(3)  To ensure decisions were taken by elected representatives and not delegated to Officers.

Supporting documents: