Scope
Reference
PRJ_30675 (CAR Ref 1359)
Description
Westminster City Council (Contracting Authority) is inviting tenders for the provision of a comprehensive Contract for Waste and Recycling Collections, Street Cleansing and Winter Services.
Suppliers should refer to the Jaggaer portal for the associated tender documents and further information which includes a full description of the Services and contract.
The Authority requires the achievement of the following key strategic outcomes to meet the Authority's commitment to delivering affordable quality services across the borough, and an ambition to make it a cleaner and greener borough:
• Strategic Outcome 1: Work with the City Council to provide services which help to continuously increase reuse and recycling and the City Council's recycling rate.
• Strategic Outcome 2: Deliver services in line with the Westminster Standard which provide clean streets and a clean city.
• Strategic Outcome 3: Reduce the environmental impact of our services and maximise social value.
• Strategic Outcome 4: Deliver a quality and cost-effective service to all service users which prioritises efficiency and value-for-money.
• Strategic Outcome 5: Drive a Circular Economy through pioneering techniques which promote collaboration and adoption of initiatives.
• Strategic Outcome 6: Deliver innovation utilising the latest technology, systems, and processes to improve the user experience, flexibly meet changing demands and priorities, and provide effective communication and collaboration between the Contractor and City Council.
The Contract shall include the following Services:
• Residential Waste Collection and Recycling Services
- Doorstep Mixed Recycling
- Doorstep Food Waste
- Doorstep Garden Waste
- Doorstep Residual Waste
- Communal Mixed Recycling
- Communal Food Waste
- Communal Residual Waste
- On Street Mixed Recycling (Micro Recycling Centres)
- On Street Food Waste (Neighbourhood Food Bin Service)
- On Street Residual Waste (Big Black Bin Service)
- On-Demand Food Waste
- Bulky Waste Collection
- Storage area Bulky Waste (housing)
- WEEE, Battery and Textiles
- Clinical Waste
- Real Christmas Trees
- Behaviour Change
• Commercial Waste Collection and Recycling Services
- Commercial Glass Recycling
- Commercial Wastepaper and Cardboard Recycling
- Commercial Mixed Recycling
- Commercial Confidential Waste
- Commercial Flexible Plastics
- Commercial Food Waste
- Commercial Textiles Recycling
- Commercial Green and Garden Waste
- Commercial Residual Waste
- Specialist Commercial Waste and Recycling Services
- Commercial Clinical Waste
- Commercial Cleansing
- Commercial Bulky Waste
- Commercial WEEE Collection
- Marketing, Communications, Sales and Finance
- Non-Domestic & City Council Building Recycling and Residual Waste
• Cleansing Services
- Street Sweeping (Manual and Mechanical)
- Fly Tip Removal and Abandoned Waste Service
- Fouling Removal
- Hazardous Waste Removal
- Graffiti, Fly Posting and Sticker Removal
- Accident and Emergency Service
- Seasonal Plans: Summer and Leafing
- Flushing, Degreasing and Stain Removal
- Wet Spots Treatment
- Deep Cleaning Services
- Cycleways
- Dead Animals
- Litter and Recycling on the Go Bins
- Subways and Underpasses
- Street Markets Cleansing
- Night Support Teams
- Janitor Service
• Ancillary Services
- Container and Equipment Management, Maintenance & Delivery
- Winter Maintenance
- Special, Significant and Extraordinary Events
• Anticipated Changes
- Pedestrianisation of Regent Street
- West End collection methodology
- On street collection of small WEEE
Additional Information:
Vehicles: The Contracting Authority has purchased vehicles for the provision of the Services. If any additional vehicles are required at the commencement of the Contract, the Contractor will provide and fund these in line with the provisions contained within the Contract and associated schedules.
Where vehicles require replacement during the Contract Period, the Contracting Authority will assess which party is best placed to fund the vehicles.
Provision of Depots: The Contracting Authority will provide the Service Provider two waste depots and various small street cleansing depots. Details of the Depots are included in the Tender Documentation and their use is mandatory.
The services are central to fulfilling the Contracting Authority's statutory obligations under the Environmental Protection Act 1990, supporting the London Environment Strategy, and delivering Westminster's Fairer Westminster and Net Zero commitments.
Preliminary Market Engagement: The Contracting Authority issued a Preliminary Market Engagement (PME) notice through the Find a Tender Service (2025/S 000-037841) on 7th July 2025 to test market appetite and gather supplier insight ahead of the forthcoming procurement. As part of this process, the Contracting Authority published background information on the scope, scale and objectives of the future contract and invited organisations to register their interest, submit questions and participate in engagement activity.
The Authority then held a structured market engagement event for all interested suppliers, outlining requirements, strategic aims and expected procurement approach. In addition, the Contracting Authority conducted a series of one-to-one sessions with suppliers who requested deeper discussion, allowing the Contracting Authority to test feasibility, explore delivery models and understand market capability. Insights from these engagements have been used to refine the strategy and ensure the requirements are commercially realistic and deliverable. Documents issued as part of the PME are available on the portal under attachments.
Total Value (estimated)
• Annual contract value: approx. £63m
• Initial contract term: 8 years, 6 months and 16 days
• Optional extensions: up to 8 years
• Total potential contract value (16 years, 6 months and 16 days): approx. £1.4bn (subject to VAT)
• The £63m annual value is an estimate based on the current contracted annual spend with predicted inflation and service changes which are subject to change.
• The total potential contract value of £1.4bn is an estimate only for the maximum potential spend over the full 16 year, 6 months and 16 days contract period. The figure is based on historic spend including on capital projects, fleet replacement and additional services, and has estimates for inflationary increases for both materials and services. The actual value may change from this estimate depending on actual inflation, service level volumes and additional services required over the life of the contract. Indexation will be in accordance with the contract, and the expenditure will also be subject to VAT.
Total value (estimated)
- £1,400,000,000 excluding VAT
- £1,680,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 16 September 2027 to 31 March 2036
- Possible extension to 31 March 2044
- 16 years, 6 months, 15 days
Description of possible extension:
Up to 8 additional years, awarded at the City Council's discretion, based on performance and strategic need.
Options
The right to additional purchases while the contract is valid.
Due to the nature and duration of this contract, there may be future unknown requirements whereby additional purchases may be required.
Main procurement category
Services
CPV classifications
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90610000 - Street-cleaning and sweeping services
- 90620000 - Snow-clearing services
- 90630000 - Ice-clearing services
- 90612000 - Street-sweeping services
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
Small and medium-sized enterprises (SMEs) and voluntary/community sector organisations may participate, but due to the scale of services, this opportunity is primarily suited to large national/international providers or consortia.
Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.
Technical ability conditions of participation
Small and medium-sized enterprises (SMEs) and voluntary/community sector organisations may participate, but due to the scale of services, this opportunity is primarily suited to large national/international providers or consortia.
Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
9 January 2026, 12:00pm
Submission type
Tenders
Tender submission deadline
23 January 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)
1 September 2026
Recurring procurement
Publication date of next tender notice (estimated): 31 March 2034
Award criteria
| Name | Description | Type |
|---|---|---|
| Technical | 60% Quality that applies to ISIT stage and includes Responsible Procurement/Social Value of 20%. Please refer to portal and associated tender documents for further details. |
Quality |
| Price | Applies to ISIT stage. Please refer to portal and associated tender documents for further details. |
Price |
Weighting description
Contract award will be based on the Most Advantageous Tender (MAT).
For the PSQ, this is based on a Passs/Fail evaluation. For the ISIT stage, the evaluation methodolodgy is 60% Quality and 40% Price evaluation.
The Award Criteria (including sub-criteria) are fully set out in the draft Assessment Methodology which forms part of the associated tender documents on the portal.
Other information
Payment terms
- Conflicts assessment prepared: Yes.
- Living Wage: Compliance with UK Living Wage and London Living Wage (as appropriate) is mandatory.
- KPIs: At least three KPIs to be published (recycling rates, carbon reduction, service quality).
- TUPE: Transfer of Undertakings (Protection of Employment) Regulations 2006 expected to apply.
Description of risks to contract performance
The contract risks anticipated by the Contracting Authority are set out in the Invitation to Submit Initial Tenders that are located on the portal.
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.
When assessing tenders for the purposes of contract award under section 19 PA 2023, the contracting authority will apply a set of pass/fail criteria (including minimum score thresholds) that only apply to the assessment of final tenders (and not of initial tenders). Such pass/fail criteria, and when and how they are to be applied, are fully set out in the assessment methodology. For the avoidance of doubt, applying the final tender-specific pass/fail criteria only at final tender stage (and not at initial tender stage), in accordance with the published assessment methodology, does not constitute a refinement of award criteria under section 24 nor a modification of terms of the procurement under section 31 PA 2023.
Documents
Documents to be provided after the tender notice
All tender information, is fully set out in the associated tender documents on the portal. Interested organisatioins to register and log in to the portal to view these.
Contracting authority
Westminster City Council
- Public Procurement Organisation Number: PJVD-6261-BPPJ
64 Victoria Street
London
SW1E 6QP
United Kingdom
Region: UKI32 - Westminster
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
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
- Public Procurement Organisation Number: PNGQ-1887-ZDDX
37 Queen Square
Bristol
BS1 4QS
United Kingdom
Email: Info@eunomia.co.uk
Website: http://www.eunomia.eco
Region: UKK11 - Bristol, City of