Tender

Elmbridge, Mole Valley, Surrey Heath and Woking Joint Waste Collection and Street Cleaning Services Contract

ELMBRIDGE BOROUGH COUNCIL

This public procurement record has 3 releases in its history.

Tender

01 Aug 2025 at 17:04

PlanningUpdate

11 Mar 2025 at 14:26

Planning

11 Mar 2025 at 14:12

Summary of the contracting process

Elmbridge Borough Council, Mole Valley District Council, Surrey Heath Borough Council, and Woking Borough Council are currently in the tender stage of a joint procurement process for the "Elmbridge, Mole Valley, Surrey Heath and Woking Joint Waste Collection and Street Cleaning Services Contract." This contract aims to deliver comprehensive waste collection, recycling, and street cleaning services within Surrey, with a focus on integrating advanced digital and data-driven solutions. The procurement method used is the Competitive Flexible Procedure. Interested parties must submit their expressions of interest by 29 August 2025, with the enquiry period ending on 18 August 2025. The planned contract commencement date is 6 June 2027, extending potentially until 2048, covering various locations within the United Kingdom, specifically regions such as UKJ (South East England). The industry category primarily involves services related to refuse collection, transport, and recycling, with an overarching goal to meet sustainability and environmental targets.

This tender represents a significant opportunity for businesses specializing in waste management, environmental services, and digital solutions aimed at operational efficiency and customer satisfaction. Companies adept in deploying innovative technologies such as in-cab tracking and route optimisation will find this contract highly relevant, especially those who value sustainability, efficiency, and community engagement. With a substantial contract value grossing around £720 million and the potential for a long-term partnership, businesses focusing on creating high social value, reducing carbon footprints, and enhancing recycling outcomes are well-suited to bid for this contract and potentially enhance their market presence and growth in the sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Elmbridge, Mole Valley, Surrey Heath and Woking Joint Waste Collection and Street Cleaning Services Contract

Notice 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.

Lot Information

Lot 1

Renewal: * Possible 7 years extension to 5 June 2041 * Possible 7 years extension to 5 June 2048

Planning Information

Preliminary Market Engagement sessions will be held during the last week of March and first two weeks of April 2025 at the Elmbridge Borough Council Civic Centre.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04eb94
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045415-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90511000 - Refuse collection services

90512000 - Refuse transport services

90514000 - Refuse recycling services

Notice Value(s)

Tender Value
£600,000,000 £100M-£1B
Lots Value
£600,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20256 months ago
Submission Deadline
18 Aug 2025Expired
Future Notice Date
14 May 2025Expired
Award Date
Not specified
Contract Period
5 Jun 2027 - 5 Jun 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ELMBRIDGE BOROUGH COUNCIL
Additional Buyers

EUNOMIA RESEARCH & CONSULTING LIMITED

MOLE VALLEY DISTRICT COUNCIL

SHARPE PRITCHARD LLP

SURREY HEATH BOROUGH COUNCIL

WOKING BOROUGH COUNCIL

Contact Name
Not specified
Contact Email
laura.curme@woking.gov.uk, procurement.team@surreyheath.gov.uk, procurement@elmbridge.gov.uk, procurement@horsham.gov.uk, tenders@eunomia.co.uk, tenders@sharpepritchard.co.uk
Contact Phone
Not specified

Buyer Location

Locality
ESHER
Postcode
KT10 9SD
Post Town
Kingston upon Thames
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04eb94-2025-08-01T18:04:23+01:00",
    "date": "2025-08-01T18:04:23+01:00",
    "ocid": "ocds-h6vhtk-04eb94",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNNR-6659-GVMN",
            "name": "Elmbridge Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNNR-6659-GVMN"
            },
            "address": {
                "streetAddress": "Civic Centre, High Street",
                "locality": "Esher",
                "postalCode": "KT10 9SD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "procurement@elmbridge.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PQQL-9321-BBQX",
            "name": "Surrey Heath Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PQQL-9321-BBQX"
            },
            "address": {
                "streetAddress": "Surrey Heath House, Knoll Road",
                "locality": "Camberley",
                "postalCode": "GU15 3HD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "procurement.team@surreyheath.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLXW-3796-VTMW",
            "name": "Mole Valley District Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLXW-3796-VTMW"
            },
            "address": {
                "streetAddress": "Pippbrook",
                "locality": "Dorking",
                "postalCode": "RH4 1SJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ26"
            },
            "contactPoint": {
                "email": "procurement@horsham.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PBRR-5896-HTCM",
            "name": "Woking Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBRR-5896-HTCM"
            },
            "address": {
                "streetAddress": "Civic Offices Gloucester Square,",
                "locality": "Woking",
                "postalCode": "GU21 6YL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "laura.curme@woking.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC378650",
            "name": "SHARPE PRITCHARD LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC378650"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRCR-4411-VZCV"
                }
            ],
            "address": {
                "streetAddress": "Elm Yard, 10-16 Elm Street",
                "locality": "London",
                "postalCode": "WC1X 0BJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "tenders@sharpepritchard.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Legal Advice and Support Services",
            "details": {
                "url": "http://www.sharpepritchard.co.uk"
            }
        },
        {
            "id": "GB-COH-04150627",
            "name": "EUNOMIA RESEARCH & CONSULTING LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04150627"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNGQ-1887-ZDDX"
                }
            ],
            "address": {
                "streetAddress": "37 Queen Square",
                "locality": "Bristol",
                "postalCode": "BS1 4QS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "tenders@eunomia.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Technical Advice and Support Services",
            "details": {
                "url": "http://www.eunomia.eco"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNNR-6659-GVMN",
        "name": "Elmbridge Borough Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Preliminary Market Engagement sessions will be held during the last week of March and first two weeks of April 2025 at the Elmbridge Borough Council Civic Centre.",
                "dueDate": "2025-04-11T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "008749-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008749-2025",
                "datePublished": "2025-03-11T14:12:36Z",
                "format": "text/html"
            },
            {
                "id": "008756-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008756-2025",
                "datePublished": "2025-03-11T14:26:26Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C0175",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Elmbridge, Mole Valley, Surrey Heath and Woking Joint Waste Collection and Street Cleaning Services Contract",
        "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90511000",
                        "description": "Refuse collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90514000",
                        "description": "Refuse recycling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 720000000,
            "currency": "GBP",
            "amount": 600000000
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-06-06T00:00:00+01:00",
                    "endDate": "2034-06-05T23:59:59+01:00",
                    "maxExtentDate": "2048-06-05T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 720000000,
                    "amount": 600000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical / Quality",
                            "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Assessment Methodology which forms part of the associated tender documents.",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Assessment Methodology which forms part of the associated tender documents.",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria (including sub-criteria) are more fully set out in the draft Assessment Methodology which forms part of the associated tender documents.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements."
                        }
                    ]
                },
                "renewal": {
                    "description": "* Possible 7 years extension to 5 June 2041 * Possible 7 years extension to 5 June 2048"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-14T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "008756-2025",
                "description": "Contract location amended from England to South East England"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "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."
        },
        "submissionMethodDetails": "The full tender documents are available for unrestricted and full direct access, free of charge at: https://elmbridgebc-atamis.my.site.com/s/Welcome",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-08-29T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-08-18T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-04T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://elmbridgebc-atamis.my.site.com/s/Welcome"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://elmbridgebc-atamis.my.site.com/s/Welcome"
            },
            {
                "id": "045415-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045415-2025",
                "datePublished": "2025-08-01T18:04:23+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}