Scope
Reference
C0175
Description
Elmbridge Borough Council, Mole Valley District Council, Surrey Heath Borough Council, and Woking Borough Council are conducting a Competitive Flexible Procedure for their Joint Waste Collection and Street Cleaning Services Contract.
Background Information
Joint Waste Solutions (JWS) is a shared service established in 2017 to manage and deliver frontline waste collection, recycling, and street cleansing services on behalf of four local authorities in Surrey: Elmbridge Borough Council, Mole Valley District Council, Surrey Heath Borough Council, and Woking Borough Council.
The successful provider will be expected to collaborate closely with JWS, attend regular review meetings, and work constructively with wider partners including Surrey County Council and Surrey Environment Partnership (SEP), to deliver effective waste collection and street cleaning services.
A key expectation of the new contract will be the use of digital technologies and data-driven service models. JWS is committed to improving transparency, responsiveness, and resident satisfaction through the deployment of smart systems. These may include in-cab tracking, digital self-service tools for customers, automated performance dashboards, and innovations in route optimisation or contamination detection. All technology solutions will need to comply with data protection and accessibility requirements, and they must integrate effectively with council systems to support seamless resident experiences.
Looking ahead, JWS is committed to a future that prioritises sustainability, efficiency, and public trust. The new contract must deliver against pressing environmental targets, including carbon reduction, waste prevention, and improved recycling outcomes. It must also deliver robust operational reliability, high levels of customer satisfaction, and measurable social value - including local employment opportunities, inclusive workforce development, and contributions to community wellbeing. This procurement is not simply a contractual renewal; it is an opportunity to build a long-term partnership with a service provider that shares JWS's vision, embraces innovation, and is ready to play a key role in delivering cleaner, greener, and more resilient public services across Surrey.
In accordance with the plans for Local Government Reform, the four contracting authorities will become part of new unitary councils within their county area in April 2027. The Contract, along with all property rights and liabilities, will pass to the new unitary councils. However, for the purposes of the Contract, the service area will not change.
Tenderers should refer to the Atamis portal for the associated tender documents and further information.
Scope
The Contract shall include the following Services:
• Household Waste and Recycling Collection including:
o Residual Waste Collection Service
o Dry Recycling Collection Service
o Food Waste Collection Service
o Garden Waste Collection Service
o WEEE and textiles - Other Recycling Materials Collection Service
• Bulky Waste and Clinical Waste Collections
• Street Cleansing and Litter Management including:
o Cleaning of all public highways and specified land within the Cleansing Authorities Area.
o Clearance of leaf/blossom;
o Enhanced cleaning;
o Removal of dead animals;
o Pavement washing and pedestrian subways;
o Events cleaning;
o Installation, emptying, cleaning and removal of street litter bins, bring site containers and dog waste bins;
o Clearance of Fly Tipped waste;
o Cleaning of precincts and surface car parks;
o Removal of graffiti and flyposting;
o Cleaning of items of street furniture and signage;
o Weed treatment;
o Out of hours response service; and
o Emergency assistance
• Container management
• Fleet and Depot Management
• Customer Service and Digital Interfaces
• Data Provision, Performance Monitoring, and Reporting
• Innovation, Trials, and Behavioural Change Support
• Social Value and Environmental Sustainability Commitments
Additional Information:
Vehicles: The Authorities will provide funding for the vehicles required at the commencement of the Contract, in line with the provisions contained within the Contract and associated schedules. The Authorities anticipate that some street cleansing vehicles will transfer to the Contractor to use under the new Contract.
Where vehicles require replacement during the Contract Period, the Authorities will assess which party is best placed to fund the vehicles.
Provision of Depots: The Authorities shall provide the Contractor the following depots for use:
a) Elmbridge Depot, Millmead, Mill Road, Esher, Surrey, KT10 8AS
b) Woking Depot, Monument Way East, Woking, GU21 5LY
c) Mole Valley Depot, Station Road, Dorking, RH4 1EH
d) Surrey Heath Depot, 14 Doman Road, Camberley, GU15 3DF.
Use of the depots shall be mandatory.
Anticipated Changes: There are a number of Services which the Authority may wish to implement during the Contract Period:
• Bring sites dry recycling collections;
• Nappies and absorbent hygiene products collection service;
• Service users' contact management service - for Mole Valley only;
• Three-weekly residual waste collection service.
A UK2 Preliminary market engagement notice was published under Notice Reference 2025/S 000-008756.
Total value (estimated)
- £600,000,000 excluding VAT
- £720,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 6 June 2027 to 5 June 2034
- Possible extension to 5 June 2048
- 21 years
Description of possible extension:
• Possible 7 years extension to 5 June 2041
• Possible 7 years extension to 5 June 2048
Main procurement category
Services
CPV classifications
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
Contract locations
- UKJ - South East (England)
Participation
Legal and financial capacity conditions of participation
Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.
Technical ability conditions of participation
Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.
Submission
Enquiry deadline
18 August 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
29 August 2025, 12:00pm
Submission address and any special instructions
The full tender documents are available for unrestricted and full direct access, free of charge at:
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
4 June 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical / Quality | The Award Criteria (including sub-criteria) are more fully set out in the draft Assessment Methodology which forms part of the associated tender documents. |
Quality | 45% |
Commercial | The Award Criteria (including sub-criteria) are more fully set out in the draft Assessment Methodology which forms part of the associated tender documents. |
Price | 45% |
Social Value | The Award Criteria (including sub-criteria) are more fully set out in the draft Assessment Methodology which forms part of the associated tender documents. |
Quality | 10% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This Tender Notice relates to the award of a public contract through a Competitive Flexible Procedure in accordance with section 20(1) and 20(2)(b) of the Procurement Act 2023 ('PA 2023').
For a description of the process to be followed, including conditions of participation to be applied in the selection of suppliers, the process for submitting initial and final tenders (including dialogue sessions), and award criteria and assessment methodology, refer to the associated tender documents made available together with this Notice. The associated tender documents include the 'Procurement Specific Questionnaire' and accompanying instructions, and the draft 'Assessment Methodology'.
The Contracting Authority reserves its right to rely on section 24 PA 2023 to refine award criteria as part of the competitive flexible procedure. Refinements to the award criteria may include but are not limited to:
• refining award criteria weightings
• adding sub-criteria or more detail to the sub-criteria (relevant to the existing main criteria).
In addition, the Contracting Authority may also rely on section 31 PA 2023 to modify the terms of the procurement as set out in this tender notice or the associated tender documents.
Documents
Associated tender documents
https://elmbridgebc-atamis.my.site.com/s/Welcome
Technical specifications to be met
https://elmbridgebc-atamis.my.site.com/s/Welcome
Contracting authorities
Elmbridge Borough Council
- Public Procurement Organisation Number: PNNR-6659-GVMN
Civic Centre, High Street
Esher
KT10 9SD
United Kingdom
Email: procurement@elmbridge.gov.uk
Region: UKJ25 - West Surrey
Organisation type: Public authority - sub-central government
Surrey Heath Borough Council
- Public Procurement Organisation Number: PQQL-9321-BBQX
Surrey Heath House, Knoll Road
Camberley
GU15 3HD
United Kingdom
Region: UKJ25 - West Surrey
Organisation type: Public authority - sub-central government
Mole Valley District Council
- Public Procurement Organisation Number: PLXW-3796-VTMW
Pippbrook
Dorking
RH4 1SJ
United Kingdom
Email: procurement@horsham.gov.uk
Region: UKJ26 - East Surrey
Organisation type: Public authority - sub-central government
Woking Borough Council
- Public Procurement Organisation Number: PBRR-5896-HTCM
Civic Offices Gloucester Square,
Woking
GU21 6YL
United Kingdom
Email: laura.curme@woking.gov.uk
Region: UKJ25 - West Surrey
Organisation type: Public authority - sub-central government
Other organisations
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
SHARPE PRITCHARD LLP
Summary of their role in this procurement: Legal Advice and Support Services
- Companies House: OC378650
- Public Procurement Organisation Number: PRCR-4411-VZCV
Elm Yard, 10-16 Elm Street
London
WC1X 0BJ
United Kingdom
Email: tenders@sharpepritchard.co.uk
Website: http://www.sharpepritchard.co.uk
Region: UKI31 - Camden and City of London
EUNOMIA RESEARCH & CONSULTING LIMITED
Summary of their role in this procurement: Technical Advice and Support Services
- Companies House: 04150627
- Public Procurement Organisation Number: PNGQ-1887-ZDDX
37 Queen Square
Bristol
BS1 4QS
United Kingdom
Email: tenders@eunomia.co.uk
Website: http://www.eunomia.eco
Region: UKK11 - Bristol, City of