Scope
Description
ELWA is procuring a contract for the provision of the following services (without limitation):
• Waste transfer services, including the receipt, handling, bulking, transfer and haulage of Contract Waste, including any internal movements between Authority Sites;
• Operation and maintenance of the Authority WTS (located at Frog Island and Jenkins Lane), to provide reception, storage and bulking of Contract Waste delivered by the Constituent Councils;
• Operation and maintenance of the RRCs (located at Jenkins Lane, Chigwell Road, Frizlands Lane and Gerpins Lane);
• The operation and maintenance of a Circular Economy Hub to prepare and sell items suitable for Reuse;
• Onward haulage of Contact Waste from the Authority Sites to Authority Contracted Sites for the treatment of Residual Waste, Dry Recycling, Garden Waste and Food Waste;
• Onward haulage and Treatment of RHRRC Contractor Retained Waste;
• Repair, preparation, Recycling and Reuse of Mixed Residual Waste;
• Management and operation of the Bring Bank Sites (provisional service);
• Provision of waste education and promotional services;
• Management of Waste Containing Persistent Organic Pollutants (POPs) (provisional service); and
• Site improvement and rectification works.
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 RHRRC Contract.
(Defined terms used in the above list of services are detailed in the draft contract and procurement documents.)
The estimated Contract Value of £466,000,000 is based on ELWA's estimate at the date of notice publication and include extension of the contract for five years following expiry of the initial ten years and three months service delivery term. The estimated value also includes works required pursuant to the contract in addition to any additional works or services which may be required during the initial ten years and three months 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 term.
ELWA is currently undertaking a separate procurement for a Residual Waste Contract (Reference: 2024/S 000-020012 and Procurement Identifier: ocds-h6vhtk-03f9d7). As this procurement is not yet complete, the outcome will influence the range and value of services of this RHRRC Contract/procurement.
Additionally, ELWA will be undertaking re-procurement of several other waste contracts in the next two years (in relation to garden waste, food waste and dry recycling) which will influence the range and value of services of this RHRRC Contract/procurement. Those contracts will also be re-procured during the term of this RHRRC Contract.
Total value (estimated)
- £372,800,000 excluding VAT
- £466,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 June 2026 to 31 March 2038
- Possible extension to 31 March 2043
- 16 years, 9 months, 5 days
Description of possible extension:
The contract is expected to commence on 26 June 2026, with service commencement expected to commence on 23 December 2027. The initial term of the contract slightly exceeds 10 years and 3 months from the service commencement date (to 31 March 2038), 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 and works 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 and works required to deliver the RHRRC Contract over its full possible term. This could include services and works related to those set out in the draft procurement documents and contract but not explicitly stated.
In addition, the actual scope of services and works required could be narrower than set out above.
Main procurement category
Services
CPV classifications
- 45222100 - Waste-treatment plant construction work
- 45233200 - Various surface works
- 90512000 - Refuse transport services
- 90513100 - Household-refuse disposal services
- 90513200 - Urban solid-refuse disposal services
- 90533000 - Waste-tip management 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 concluded that this would not deliver value for money.
In addition:
1 - due to the complexity of the requirements for services and works, it was determined that division into lots was not suitable for this contract;
2 - dividing into lots could increase technical risk to delivery;
3 - the contract requires a single cohesive approach across four other contracts with up to four separate contractors and multiple contractors for this contract could undermine this); and
4 - it could make the contract disproportionately expensive to manage.
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
18 July 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
30 July 2025, 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)
26 June 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | Bidders should refer to detail set out in the Invitation to Submit Initial Tender (ISIT). Quality is expected to have a 60% weighting. ELWA reserves the right to refine its award criteria pursuant to... |
Quality | 60% |
Price | Bidders should refer to detail set out in the ISIT. Price 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... |
Price | 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:
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. Works not set out in the contract which may be needed during, or after, the initial 10-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 in the next two years (in relation to garden waste, food waste and dry recycling) and these may influence the range and value of services of this RHRRC Contract. Those contracts will also be re-procured during the term of this RHRRC 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 to submit Conditions of Participation for shortlisting to the initial tender stage of the procurement
2 - Four bidders shortlisted at Conditions of Participation stage and invited to initial dialogue meetings
3 - Submission of initial tenders
4 - Evaluation and feedback on initial tenders (but no additional shortlisting is expected at this stage)
5 - Final tender stage dialogue meetings
6 - Submission of final tenders
7 - 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.
Justification for not publishing a preliminary market engagement notice
On 1 October 2024, ELWA published a PIN (reference: 2024/S 000-031420) in respect of market engagement for this contract. Alongside the PIN, ELWA issued a Briefing Note (BN) setting out topics it wished to discuss with interested organisations. These topics included contract interface, performance management, social value, carbon reduction and views on how the competitive flexible procurement process for this procurement should be constructed.
Six suppliers expressed an interested and ELWA hosted meetings with four suppliers from October to November 2024.
ELWA also conducted other preliminary market engagement:
1 - PIN reference: 2023/S 000-002415 published on 26 January 2023; and
2 - PIN reference: 2023/S 000-026103 published on 4 September 2023.
In each of the PINs covering the preliminary market engagement for this procurement, it was clearly specified that participation in the preliminary market engagement was/is not a requirement for participation in this procurement.
Documents
Associated tender documents
https://lbbd.bravosolution.co.uk/web/login.shtml
Documents to be provided after the tender notice
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.
Technical specifications to be met
https://lbbd.bravosolution.co.uk/web/login.shtml
Please see the procurement documents for the technical specification.
Contracting authority
East London Waste Authority
- Public Procurement Organisation Number: PRPW-4339-XHTY
11 Burford Road
London
E15 2ST
United Kingdom
Email: enquiries@eastlondwaste.gov.uk
Website: https://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: Managing the Bravo Portal on behalf of the East London Waste Authority
- Public Procurement Organisation Number: PPYP-9821-RZGJ
1, Town Square
Barking, London
IG11 7LU
United Kingdom
Email: procurementCDP@lbbd.gov.uk
Region: UKI52 - Barking & Dagenham and Havering