The current Combined Cleansing Service Contract (CCSC) expires on 31 January 2026. To successfully procure a new contract within this timeframe, a Committee decision is required now in order to inform the strategic direction and scope of the new CCSC.
Minutes:
Upon the invitation of the Chair the Environmental Services & Strategy Manager presented the report. He explained that it was a requirement of the Environment Act 2021 that a weekly food waste collection to all properties in 2026 be implemented. The key decision required of Members this evening was whether to standardise the provision of a 180 litre residual bin or a 240 litre bin option for residents. Failure to make this decision and approve the other recommendations outlined in this report would result in delays to the procurement of a new contract and would significantly increase legal, procurement and financial risk to the authority.
Arun’s current recycling rate was just below 43%. The agreed vision target was to achieve a 55% recycling rate by 2025 and 60% by 2030. The current service of a weekly collection from sacks would never allow Arun to achieve this target.
Defra had provided capital funding of £1.66 million to procure vehicles and food waste caddies to deliver a weekly food waste service. Confirmation of transitional and ongoing revenue funding would follow shortly. In order to ensure financial sustainability and to ensure uptake of food waste collections, the residual collection frequency must be reduced and the recommendation was to move to a fortnightly residual collection service.
Choosing a 180 litre bin would support greater diversion of food waste and recyclable materials and encourage the right behaviours from residents. It was estimated that this would achieve a recycling rate of over 57% and deliver the Council’s immediate Vision target. A 240 litre bin provided more than ample capacity for a fortnightly collection and would potentially deliver a recycling rate of up to 53%. Both sizes would allow a future move to three weekly collections, although this was not deemed necessary at this time.
There was clear evidence from the 1-2-3 collections trial that high resident satisfaction could be maintained by introducing weekly food waste and reducing residual frequency. The recommendations in this report would ensure an enhanced and better performing service than the current one. Residents would receive an increase in core waste collections from 78 to 104 collections per year. Food waste made up approximately 42% by weight of a typical residual waste bin and targeted recyclables 13%. By giving residents the option to have both of these collected separately it reduced the need for residual collection frequency and capacity. When collected separately food waste could be processed via anaerobic digestion, which was a much more efficient and environmentally friendly way of processing and provided higher value end products in the form of bio gas outputs and fertiliser. There was an overall system benefit and carbon footprint reduction in this approach.
Other services provided under this new contract would largely operate as per the current ones. Dry mixed recycling collections and street cleansing operated effectively but would be reviewed in line with legislation and best practice.
The procurement strategy for this procurement was to deliver the best service and environmental solutions possible, whilst at the same time being mindful of the Council’s financial strategy and position and therefore ensuring that the contract was financially sustainable. Once all external funding and opportunities for efficiency and improvements were considered, it was hoped Arun would be in stronger financial position in relation to these services than currently.
Information provided by the industry from an early market engagement exercise supported and reinforced the recommendations in this report.
The recommendations were read out in full by the Chair, and were proposed by Councillor Wiltshire and seconded by Councillor Warr.
Members then took part in a debate and the following points were raised:
The Chair asked the Committee to indicate which size bin residents should be provided with, a 180 litre or a 240 litre. A further discussion took place as follows:
This was put to the vote and eight Members were in favour or the smaller 180 litre bin, with one Member in favour of a 240 litre bin. The Chair confirmed the Committee’s choice was to standardise the 180 litre bin.
The Committee
RESOLVED that
1. a) The procurement of a new Combined Cleansing Services Contract based on the following changes to services provided under the contract, be approved:
i. A new weekly kerbside food waste collection with a supplied 5 litre internal caddie and 23 litre external caddie
ii. A fortnightly kerbside residual (refuse) waste collection from a 180 litre wheeled bin
iii. Introduction of kerbside coffee pod, textiles and batteries collection services.
iv. The new service to commence from 1st February 2026.
b) The inclusion of the following services as delivered under the current contract, be approved:
i. A fortnightly kerbside dry mixed recycling collection from a 240 litre bin.
ii. A fortnightly kerbside small waste electrical equipment items collection
iii. A fortnightly kerbside garden waste collection service (subscribers only)
iv. Street cleansing services
v. Public toilet cleaning
vi. A pay to use bulky waste collection service
c) The award of the contract to the highest scoring bidder, based on the procurement strategy as set out in this report, be approved.
d) authority be delegated to the Director of Environment & Communities to award the contract on the specified terms in accordance with the Council’s Contract Standing Orders.
2. The following be noted:
a) That the Group Head of Finance will approve and sign off a framework agreement for the procurement and roll out of residual bins and food waste caddies required to facilitate the new services.
b) The principle of delivering the administration of garden waste subscriber services directly, based on the rationale provided in the report. The costs to providing this service will form part of a future budget report and will be offset through the commercial benefit of providing this service.
c) That the procurement, scope and evaluation of this contract consists of:
i. An open tender procurement exercise.
ii. A contract term of an initial 8 years with an optional extension of up to a further 8 years.
iii. The tender evaluation strategy as set out in this report.
RECOMMENDED TO POLICY AND FINANCE COMMITTEE that
3. it recommends that Full Council approve:
a) the addition of £1,820,000 to the Capital Programme in 2025/26 to fund the purchasing and delivery of food waste receptacles and purchasing of vehicles necessary to provide the weekly food waste collection service as part of the CCSC, to be funded by a grant received from DEFRA.
b) the addition of £1.2 million to the Capital Programme in 2025/26 to procure and roll out 180 litre residual bins for residents to facilitate a fortnightly residual collection service. This will be funded from borrowing if the Council is unable to secure further funding.
Supporting documents: