Construction Contract Leads
London
Category Services
Type Tender
No. of Lots 1
Status Active
Published 7th Apr 2026
| Reference | ocds-h6vhtk-05916d |
| Common Procurement Vocabulary | Non-hazardous refuse and waste treatment and disposal services |
| Procurement Method | Competitive flexible procedure |
| Value | £52,668,000 |
London
Category Services
Type Tender
No. of Lots 1
Status Active
Published 7th Apr 2026
| Reference | ocds-h6vhtk-05916d |
| Common Procurement Vocabulary | Non-hazardous refuse and waste treatment and disposal services |
| Procurement Method | Competitive flexible procedure |
| Value | £52,668,000 |
Scope
Description
ELWA is procuring a contract for the provision of the following services (without limitation):
The scope of the Contract includes:
receiving, treating and managing onward movement of delivered Contract Waste, which is dry recycling collected from households and commercial customers by the Constituent Councils, typically comprising:
paper;
card;
plastic bottles;
plastic pots, tubs and trays;
plastic film;
aluminium cans;
steel cans;
foil;
aerosols;
cartons; and
glass bottles and jars.
Contract Waste will be delivered to the successful Bidder(s)' nominated delivery point (either a waste treatment facility or an intermediary facility provided by the successful Bidder(s)) in bulk articulated vehicles by the RHRRC Contractor after the Contract Waste has been delivered by the Constituent Councils to one of the Authority WTS. The successful Bidder(s) may also propose to receive direct deliveries of Contract Waste from the Constituent Councils to its facilities;
Contract Waste may be delivered as a single co-mingled stream;
Provision of capacity to treat dry recycling materials;
Management, recycling and treatment of products, residues and rejected waste, including transport;
Maximising the recycling and beneficial use of products, residues and rejected waste; and
Reporting and monitoring of environmental compliance. Please see "Competitive flexible procedure description" section of this tender notice and the procurement documents for full details of:
1 - the competitive flexible procedure that ELWA is conducting pursuant to s. 20 of the Procurement Act 2023; and
2 - ELWA's requirements for the Contract.
(Defined terms used in the above list of services are detailed in the draft contract and procurement documents.)
The Authority conducted initial preliminary market engagement in September and October 2025 (Notice identifier: 2025/S 000-052844). As part of the exercise, the Authority published a Market Operator Briefing Note in which it explained that the main objective of the contract is to maximise recycling of dry recycling materials. Seven organisations participated in this exercise and provided feedback in respect of:
The Authority's procurement strategy;
Assumptions for evaluation;
Contract interface as the Authority has separately procured a reception, haulage, reuse and recycling centre contract;
Waste acceptance protocols and vehicles that can/cannot be accepted at facilities;
Processes for identifying and recording contamination;
Plastic film and carton recycling arrangements;
Payment mechanisms;
Experiences of performance management frameworks; and
Social value.
In addition, the Authority conducted additional market engagement in February 2026 (Notice identifier: 2026/S 000-014917) to seek views in respect of proposals to divide the Contract into lots, or whether to procure a single contract for 100% exclusivity of all dry recycling material. Three organisations participated in this exercise and feedback in respect of approach was mixed.
Consequently, at the Invitation to Submit Initial Tenders stage, the Authority will invite Bidders to submit Initial Tenders on the assumption that an award for 25% exclusivity of the Authority's annual tonnage will be made. However, the highest-scoring Bidder will be entitled to confirm whether it wishes to have 25%, 50%, 75% or 100% exclusivity. In the event the highest-scoring Bidder selects 75%, 50% or 25%, the second highest-scoring Bidder will be invited to select what % exclusivity it wishes to deliver, and so on until 100% exclusivity has been awarded.
This approach could result in 1 - 4 Bidders being awarded a % of exclusivity of the Authority's annual tonnage.
In each of the preliminary market engagements, it was clearly specified that participation in the preliminary market engagement was/is not a requirement for participation in this procurement.
The contract value is based on ELWA's estimate at the date of publication of the Tender Notice and the draft procurement documents and includes extension of the contract for five years following expiry of the initial 5-year and 3-month service delivery term. The estimated value also includes any services which may be required during the initial 5-year and 3-month service delivery period. Therefore, the estimated value is not necessarily the final value of the Contract and ELWA reserves the right to vary this contract value (either higher or lower) in the event the scope of the contract varies throughout its term. It is intended as a guide to Bidders and the actual value is intended to cover delivery of ELWA's requirements over the full possible 10-year term.
Total value (estimated)
- 拢52,668,000 excluding VAT
- 拢63,201,600 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 March 2027 to 31 March 2032
- Possible extension to 31 March 2037
- 10 years, 1 month
Description of possible extension:
The contract is expected to be awarded in February 2027, with service commencement expected to commence on 23 December 2027. In the event that ELWA does make a decision to award the contract following evaluation and moderation of Initial Tenders, the award date may be earlier. The initial term of the contract is from the service commencement date to March 2032, with an option to extend for up to five additional years from expiry of the initial term. The contract, and this procurement, is intended to cover any extension in the period between commencement and service commencement, so the total term of the contract may exceed this estimate.
Options
The right to additional purchases while the contract is valid.
Details of the primary scope of services required for this contract are included in this notice, the procurement documents and draft contract.
However, the scope of the procurement is also intended to cover ancillary services required to deliver the contract over its full possible term. This could include services related to those set out in the draft procurement documents and contract but not explicitly stated.
In addition, the actual scope of services required could be narrower than set out above.
Main procurement category
Services
CPV classifications
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
Contract locations
- UKI41 - Hackney and Newham
- UKI52 - Barking & Dagenham and Havering
- UKI53 - Redbridge and Waltham Forest
Justification for not using lots
ELWA considered division into lots as part of its PME exercise and the market provided mixed view. Consequently, whilst not dividing the contract into specific lots, Bidders will submit Initial Tenders on the assumption that an award for 25% exclusivity of the Authority's annual tonnage will be made. However, the highest-scoring Bidder will be entitled to confirm whether it wishes to have 25%, 50%, 75% or 100% exclusivity. In the event the highest-scoring Bidder selects 75%, 50% or 25%, the second highest-scoring Bidder will be invited to select what % exclusivity it wishes to deliver, and so on until 100% exclusivity has been awarded.
This approach could result in 1 - 4 Bidders being awarded a % of exclusivity of the Authority's annual tonnage.
Participation
Legal and financial capacity conditions of participation
Legal and financial capacity conditions of participation as set out in the Conditions of Participation.
Technical ability conditions of participation
Technical ability conditions of participation as set out in the Conditions of Participation.
Submission
Enquiry deadline
24 April 2026, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
6 May 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 February 2027
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Price | Bidders should refer to detail set out in the ISIT. Price is expected to have a 60% weighting. ELWA reserves the right to refine its award criteria pursuant to section 24 Procurement Act 2023. If ELWA... exercises this right, it will republish this tender notice. | Price | 60% |
| Quality | Bidders should refer to detail set out in the Invitation to Submit Initial Tender (ISIT). Quality is expected to have a 40% weighting. ELWA reserves the right to refine its award criteria pursuant to... section 24 Procurement Act 2023. If ELWA exercises this right, it will republish this tender notice. As an example, ELWA may re-allocate scores/weightings for sub-criteria such as Service Delivery Plans; or it may refine its requirements for Service Delivery Plans. | Quality | 40% |
Other information
Description of risks to contract performance
ELWA has identified the following known risks which meet the description at paragraph 6(a) of Schedule 8, Procurement Act 2023 because if they arise, either individually or otherwise, could jeopardise the satisfactory performance of the contract and, because of their nature, cannot be addressed unambiguously in the draft contract. They are intended to be permitted modifications pursuant to Schedule 8 Procurement Act 2023:
Government changes to waste, energy, carbon, and/or recycling policy not covered by qualifying change in law provisions in the draft contract;
Changes required due to local government re-organisation;
Any works or services which may be needed during, or after, the initial 5-year term, which, if not undertaken, could jeopardise contract performance;
Additional services being brought into this contract from a separate procurement exercise being conducted by ELWA, as ELWA is re-procuring several other waste contracts and these may influence the range and value of services of this contract.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Please see the procurement documents for full details but, in summary, the competitive flexible procedure will operate as follows:
1 - All interested organisations invited to submit Conditions of Participation for progression to the initial tender stage of the procurement.
2 - All bidders which pass the Conditions of Participation stage are invited to submit initial tenders.
3 - Submission of initial tenders.
4 - Evaluation of initial tenders and ELWA makes a decision as to whether to make an award to the preferred bidder(s); or proceed to negotiation. If ELWA decides to make an award to the Preferred Bidder(s), it will complete its necessary governance and approvals and issue assessment summaries at this stage.
5 - If ELWA does not make a decision to award the contract after evaluation of initial tenders, it will proceed with negotiation with up to four of the highest-scoring bidders following evaluation and moderation of initial tenders.
6 - ELWA expects to host two negotiation meetings with each bidder, focusing on specific areas to be notified to bidders in an Invitation to Participate in Negotiation.
7 - Bidders submit final tenders.
8 - Evaluation and internal governance approval before notification of the outcome to bidders.
As detailed in the ISIT, ELWA reserves the right to update or confirm aspects of the procurement process at any stage during the procurement; or circulate updated documents in respect of the procurement process. If it exercises these rights, it will inform all bidders of the proposed changes and impact on the process and any related documents.
Documents
Associated tender documents
The Conditions of Participation (COP) document is available at
In addition, the ISIT and draft contract are also available. Please note that in respect of the ISIT and draft contract, ELWA reserves the right to update the documents following notification of bidders of the COP stage of the procurement. Any updates to the draft documents will be clearly signposted to shortlisted bidders. In particular, ELWA reserves the right to refine its award criteria pursuant to section 24 Procurement Act 2023. If ELWA exercises this right, it will republish this tender notice.
Contracting authority
East London Waste Authority
- Public Procurement Organisation Number: PRPW-4339-XHTY
11 Burford Road
London
E15 2ST
United Kingdom
Email: enquiries [at] eastlondonwaste.gov.uk
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
London Borough of Barking and Dagenham Council
Summary of their role in this procurement: Supporting with the management of the Bravo portal
- Companies House: 11268329
- Public Procurement Organisation Number: PPYP-9821-RZGJ
1, Town Square
Barking, London
IG11 7LU
United Kingdom
Email: procurementCDP [at] lbbd.gov.uk
Region: UKI52 - Barking & Dagenham and Havering
Contact organisation
Contact East London Waste Authority for any enquiries.
