萝莉原创

萝莉原创 Tenders

07 May 2026

Related Information

Construction Contract Leads

London

Category Services

Type Tender

No. of Lots 1

Status Active

Published 7th Apr 2026

Tender Details
Referenceocds-h6vhtk-05916e
Common Procurement VocabularyNon-hazardous refuse and waste treatment and disposal services
Procurement MethodCompetitive flexible procedure
Value£5,320,000
« Previous Page

London

Category Services

Type Tender

No. of Lots 1

Status Active

Published 7th Apr 2026

Tender Details
Referenceocds-h6vhtk-05916e
Common Procurement VocabularyNon-hazardous refuse and waste treatment and disposal services
Procurement MethodCompetitive flexible procedure
Value£5,320,000

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 food waste collected from households and commercial customers by the Constituent Councils;

- 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) in bulk haulage 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 may also propose to receive direct deliveries of Contract Waste from the Constituent Councils to its facilities;

- Provision of capacity to receive, treat and dispose of food waste;

- Management and disposal of products, residues and rejected waste, including transport;

- Maximising the recycling and beneficial use of products; 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 000-052845). 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 food waste. Four 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;

Use of caddy liners in collection of food waste;

Digestate markets;

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 000-014949) 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 food waste material. Four organisations participated in this exercise and the majority provided feedback that they would prefer a single contract for 100% exclusivity. Consequently, ELWA is not dividing the contract into lots and is awarding a single contract for 100% exclusivity of all food waste material.

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 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5,320,000 excluding VAT
  • 拢6,384,000 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 sought views from the market in respect of proposals to divide the contract into lots, or whether to procure a single contract for 100% exclusivity of all food waste material. Four organisations participated in this exercise and the majority provided feedback that they would prefer a single contract for 100% exclusivity. Consequently, ELWA is not dividing the contract into lots and is awarding a single contract for 100% exclusivity of all food waste material.


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

Payment terms

N/A

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:

1. Government changes to waste, energy, carbon, and/or recycling policy not covered by qualifying change in law provisions in the draft contract;

2. Changes required due to local government re-organisation;

3. Any works or services which may be needed during, or after, the initial 5-year term, which, if not undertaken, could jeopardise contract performance;

4. 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, 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 three 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 Bravo Portal for this procurement

  • 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.