Scope
Reference
CPU 6534
Description
Nottingham City Council is seeking to procure a comprehensive, integrated Commercial Waste Management Software System to replace its existing legacy solution.
The system will support the end-to-end delivery of the Council's Commercial Waste Service, including customer management, sales, service delivery, billing, financial processing, and performance reporting. The solution must enable real-time operational control and data visibility across the service, improving efficiency, customer experience, financial assurance and environmental performance.
The scope includes, but is not limited to: vehicle tracking and management; mobile working; route planning and optimisation; customer and contract management; sales quoting and e-contracting; on-board dynamic weighing and pay-by-weight functionality; container and asset management; weighbridge operations; supplier management; invoicing, credits and cash processing; financial management and ledgering; performance reporting and analytics; and a customer self-service portal.
The successful supplier will also be required to provide professional services to implement the solution, migrate data, train users, and integrate the system with the Council's corporate financial platform (Oracle Fusion), corporate citizen access portal, and other systems via APIs.
Hardware required to support mobile working and integration with existing on-vehicle and weighbridge weighing equipment is within scope, together with system support, maintenance and service levels for the duration of the contract.
The contract will be awarded following a Competitive Flexible Procedure in accordance with the Procurement Act 2023, with an initial tender submission stage followed by shortlisting, product demonstrations and dialogue, and the submission of a best and final offer.
Total value (estimated)
- £550,000 excluding VAT
- £660,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2031
- Possible extension to 30 June 2033
- 7 years
Description of possible extension:
The contract will be awarded for an initial term of five (5) years.
The Authority reserves the right to extend the contract by up to two additional periods of one (1) year each, exercisable at the Authority's sole discretion, subject to satisfactory performance, ongoing business need, and continued value for money.
Options
The right to additional purchases while the contract is valid.
The contract includes options exercisable at the Authority's discretion, including the option to extend the contract for up to two additional periods of one (1) year each following the initial five (5) year term, subject to satisfactory performance, ongoing business need, and continued value for money.
In addition, the contract may include options for the purchase of additional software modules, licences, users, integrations, or related services within the scope of the Waste Management System during the contract term, in accordance with the contract terms and pricing mechanism.
Main procurement category
Services
CPV classifications
- 72260000 - Software-related services
Contract locations
- UK - United Kingdom
Justification for not using lots
The Authority has considered whether the requirement could be divided into lots.
Due to the need for a single, fully integrated waste management system providing end-to-end functionality, data integrity, and seamless integration with corporate finance and operational platforms, the Authority has determined that dividing the requirement into lots would introduce unacceptable technical, operational, and commercial risk and would undermine accountability and value for money.
Participation
Legal and financial capacity conditions of participation
As part of the procurement process, suppliers will be required to demonstrate their legal, financial, economic and technical capacity in accordance with the conditions of participation set out in the procurement documents.
This may include requirements relating to financial standing, turnover, relevant experience, professional capability, and insurances, proportionate to the nature, risk and value of the contract. Full details are set out in the procurement documents.
Technical ability conditions of participation
Suppliers will be required to demonstrate appropriate technical and professional ability to deliver an end-to-end Waste Management System, including relevant experience of implementing comparable software solutions within a local authority or similar complex operational environment.
Evidence may include details of previous contracts, references, key personnel, proposed delivery approach, and compliance with relevant technical standards. Equivalent qualifications, certifications and standards will be accepted.
Submission
Enquiry deadline
15 December 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
9 January 2026, 11:59pm
Submission address and any special instructions
Tenders must be submitted electronically via the EastMids Tender portal used by Nottingham City Council for the purposes of this Procurement.
The EastMids Tender portal can be accessed at: https://www.eastmidstenders.org/
. Suppliers will be required to register on the portal to access the procurement documents and submit their tender response. Registration is free of charge.
No alternative methods of submission will be accepted.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
2 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Quality will be assessed against the published quality criteria set out in the Invitation to Tender. This includes technical capability, implementation and delivery approach, system functionality,... |
Quality | 60% |
| Price | Price | 40% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Competitive Flexible Procedure Description
This procurement is being conducted using the Competitive Flexible Procedure in accordance with section 20 of the Procurement Act 2023.
The process will commence with the publication of a Tender Notice inviting suppliers to submit an initial tender, including completion of a procurement-specific questionnaire and initial quality and price responses.
Initial submissions will be assessed against the Conditions of Participation and selection criteria, following which the Authority intends to shortlist up to three highest-scoring suppliers to participate in subsequent stages. These stages may include product demonstrations, dialogue to refine the Authority's understanding of the proposed solutions, and negotiation where required.
Following the conclusion of these stages, shortlisted suppliers will be invited to submit a final tender (Best and Final Offer). Final tenders will be evaluated against the published award criteria to identify the Most Advantageous Tender.
The Authority reserves the right to reduce, combine or omit stages, including the right to award the contract on the basis of the initial tender without negotiation, where permitted by the Procurement Act 2023 and as set out in the procurement documents.
Contracting authority
Nottingham City Council
- Public Procurement Organisation Number: PZGG-1891-TDCX
Loxley House, Station Street
Nottingham
NG2 3NG
United Kingdom
Email: procurement@nottinghamcity.gov.uk
Website: http://www.nottinghamcity.gov.uk/
Region: UKF14 - Nottingham
Organisation type: Public authority - sub-central government