Scope
Description
Provision of services relating to the collection, transportation, treatment, recycling, and disposal of hazardous waste, electrical and electronic equipment (WEEE) waste, interceptor services, waste oil and special waste management services, and the secure destruction of confidential waste, fully compliant with all applicable legal, environmental, and data protection standards.
Overview of services
Hazardous
• Hazardous waste collection
• WEEE waste collection (includes lithium batteries)
• Interceptor clearances
• Bulk waste collection
• Waste oil collection
• Special Waste
Confidential waste collection
• Paper from console, wheelie bin, sack
• Uniform and PPE waste from sack
Total value (estimated)
- £1,140,000 excluding VAT
- £1,368,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2029
- Possible extension to 30 June 2031
- 5 years
Description of possible extension:
Option to extend for a further two years in 12 month increments.
Main procurement category
Services
CPV classifications
- 90500000 - Refuse and waste related services
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Participation
Legal and financial capacity conditions of participation
This procurement process is being advertised and run by GWR on its own behalf and on behalf of the successor operator of the rail passenger transport services in respect of GWR. That successor operator will be a public sector company, is expected to be a wholly owned subsidiary of DfT OLR Holdings Limited and will be ultimately owned by the Secretary of State for Transport.
The date for transfer of the current operations to the successor operator is not yet confirmed. Where the transfer is completed before contract award under this procurement process, the successor operator may elect (but will not be obliged) to carry on with this procurement process in place of GWR, by taking on the role of contracting entity from the date of completion of the transfer (with this notice and all other procurement documents to be interpreted accordingly).
Where the transfer is not yet completed by the time of contract award, contractual rights may be included in the contractual arrangements to enable transfer to the successor operator.
Bidders should note that this procurement process (if ongoing), or any awarded contract, may be included in a transfer scheme made by the Secretary of State under section 12 of the Railways Act 2005, or the transfer may be effected outside of, or separate from, such a scheme.
If transfer takes place before the contract award the successor operator shall assume all the rights of the Client set out in this document. All references to GWR shall be deemed to refer to the successor operator for the purposes of this procurement and the successor operator shall be entitled to continue or terminate this procurement as if it was involved from the outset.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Submission type
Requests to participate
Deadline for requests to participate
7 November 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)
6 February 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 55% |
| Price | Price | 40% |
| Terms and Conditions | Quality | 5% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
This will be a two stage process with Pre Qualification Stage (PQQ).
Following the evaluation of the PQQ responses, the Client will shortlist the Applicants it will invite to tender in accordance with the terms of the PQQ.
The Client reserves the right to limit the number of Applicants that are invited to tender to a maximum of five Applicants. Only Applicants that score a "Pass" for all non-qualitatively
scored questions in the PQQ will be considered and places will be awarded in order of highest to lowest score. The client reserves the right, in its absolute discretion, to invite more Applicants if there is a tie in the scores between two or more Applicants for the final place.
The PQQ will be followed by an Invitation to Negotiate (ITN) with shortlisted bidders being taken forward to a Presentation stage (optional) before final evaluation and award.
The final scores for each Tender will be added together, after application of the relevant weightings, to receive a final score for each Tender. The Tenders will then be ranked according to the final scores received to identify the Most Advantageous Tender.
Contracting authority
FIRST GREATER WESTERN LIMITED
- Companies House: 05113733
- Public Procurement Organisation Number: PXVG-2764-GZCQ
Milford House 1 Milford Street
Wiltshire
SN1 1HL
United Kingdom
Email: procurement@gwr.com
Region: UKK14 - Swindon
Organisation type: Private utility
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
FIRST RAIL HOLDINGS LIMITED
Summary of their role in this procurement: Procurement Support
- Companies House: 05154485
- Public Procurement Organisation Number: PPVJ-1479-GGLX
8th Floor The Point
London
W2 1AF
United Kingdom
Region: UKI32 - Westminster