Tender

Reception, Haulage, Reuse and Recycling Centres Contract (RHRRC Contract)

EAST LONDON WASTE AUTHORITY

This public procurement record has 1 release in its history.

Tender

30 Jun 2025 at 15:08

Summary of the contracting process

The East London Waste Authority is currently conducting a tender process for the "Reception, Haulage, Reuse and Recycling Centres Contract" (RHRRC Contract), with the procurement covering various waste transfer and recycling services. The contracting process is currently in the tender stage, with a selective and competitive flexible procedure being utilised. Key dates include the deadline for expressions of interest on 30th July 2025, and the contract is scheduled to commence on 26th June 2026. The procurement's main category is services, and it has an estimated contract value of £466 million. The primary procurement location is in London, particularly regions UKI41, UKI52, and UKI53, covering areas managed by the East London Waste Authority and the London Borough of Barking and Dagenham Council. The industry category involves waste-treatment plant construction and associated services.

This tender offers substantial opportunities for businesses involved in waste management, logistics, and recycling services. Companies with expertise in waste transfer, soil recycling, and urban refuse disposal will find this tender particularly aligned with their capabilities. The procurement process, which involves both initial and final dialogue stages, provides businesses the chance to showcase their capabilities in gaining a long-term contract extending potentially over fifteen years. Additionally, the inclusion of provisional services like waste education and promotional services opens doors for businesses specialising in environmental consultancy and education. As such, well-established businesses with solid financial and technical capacity, ideally experienced in complex service delivery across multiple sites, are best positioned to compete and thrive from participating in this opportunity.

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

Reception, Haulage, Reuse and Recycling Centres Contract (RHRRC Contract)

Notice Description

ELWA is procuring a contract for the provision of the following services (without limitation): * Waste transfer services, including the receipt, handling, bulking, transfer and haulage of Contract Waste, including any internal movements between Authority Sites; * Operation and maintenance of the Authority WTS (located at Frog Island and Jenkins Lane), to provide reception, storage and bulking of Contract Waste delivered by the Constituent Councils; * Operation and maintenance of the RRCs (located at Jenkins Lane, Chigwell Road, Frizlands Lane and Gerpins Lane); * The operation and maintenance of a Circular Economy Hub to prepare and sell items suitable for Reuse; * Onward haulage of Contact Waste from the Authority Sites to Authority Contracted Sites for the treatment of Residual Waste, Dry Recycling, Garden Waste and Food Waste; * Onward haulage and Treatment of RHRRC Contractor Retained Waste; * Repair, preparation, Recycling and Reuse of Mixed Residual Waste; * Management and operation of the Bring Bank Sites (provisional service); * Provision of waste education and promotional services; * Management of Waste Containing Persistent Organic Pollutants (POPs) (provisional service); and * Site improvement and rectification works. Please see "Competitive flexible procedure description" section of this tender notice and the procurement documents for full details of: 1 - the competitive flexible procedure that ELWA is conducting pursuant to s. 20 of the Procurement Act 2023; and 2 - ELWA's requirements for the RHRRC Contract. (Defined terms used in the above list of services are detailed in the draft contract and procurement documents.) The estimated Contract Value of PS466,000,000 is based on ELWA's estimate at the date of notice publication and include extension of the contract for five years following expiry of the initial ten years and three months service delivery term. The estimated value also includes works required pursuant to the contract in addition to any additional works or services which may be required during the initial ten years and three months service delivery period. Therefore, the estimated value is not necessarily the final value of the contract and ELWA reserves the right to vary this contract value (either higher or lower) in the event the scope of the contract varies throughout its term. It is intended as a guide to bidders and the actual value is intended to cover delivery of ELWA's requirements over the full possible term. ELWA is currently undertaking a separate procurement for a Residual Waste Contract (Reference: 2024/S 000-020012 and Procurement Identifier: ocds-h6vhtk-03f9d7). As this procurement is not yet complete, the outcome will influence the range and value of services of this RHRRC Contract/procurement. Additionally, ELWA will be undertaking re-procurement of several other waste contracts in the next two years (in relation to garden waste, food waste and dry recycling) which will influence the range and value of services of this RHRRC Contract/procurement. Those contracts will also be re-procured during the term of this RHRRC Contract.

Lot Information

Lot 1

Options: Details of the primary scope of services and works required for this contract are included in this notice, the procurement documents and draft contract. However, the scope of the procurement is also intended to cover ancillary services and works required to deliver the RHRRC Contract over its full possible term. This could include services and works related to those set out in the draft procurement documents and contract but not explicitly stated. In addition, the actual scope of services and works required could be narrower than set out above.

Renewal: The contract is expected to commence on 26 June 2026, with service commencement expected to commence on 23 December 2027. The initial term of the contract slightly exceeds 10 years and 3 months from the service commencement date (to 31 March 2038), with an option to extend for up to five additional years from expiry of the initial term. The contract, and this procurement, is intended to cover any extension in the period between commencement and service commencement, so the total term of the contract may exceed this estimate.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055634
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036219-2025
Current Stage
Tender
All Stages
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

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45222100 - Waste-treatment plant construction work

45233200 - Various surface works

90512000 - Refuse transport services

90513100 - Household-refuse disposal services

90513200 - Urban solid-refuse disposal services

90533000 - Waste-tip management services

Notice Value(s)

Tender Value
£372,800,000 £100M-£1B
Lots Value
£372,800,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jun 20257 months ago
Submission Deadline
18 Jul 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
25 Jun 2026 - 31 Mar 2038 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
EAST LONDON WASTE AUTHORITY
Additional Buyers

LONDON BOROUGH OF BARKING AND DAGENHAM COUNCIL

Contact Name
Not specified
Contact Email
enquiries@eastlondwaste.gov.uk, procurementcdp@lbbd.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E15 2ST
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI52 Barking & Dagenham and Havering
Delivery Location
TLI41 Hackney and Newham, TLI52 Barking & Dagenham and Havering, TLI53 Redbridge and Waltham Forest

Local Authority
Barking and Dagenham
Electoral Ward
Abbey
Westminster Constituency
Barking

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-055634-2025-06-30T16:08:46+01:00",
    "date": "2025-06-30T16:08:46+01:00",
    "ocid": "ocds-h6vhtk-055634",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PRPW-4339-XHTY",
            "name": "East London Waste Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRPW-4339-XHTY"
            },
            "address": {
                "streetAddress": "11 Burford Road",
                "locality": "London",
                "postalCode": "E15 2ST",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "enquiries@eastlondwaste.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://eastlondonwaste.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PPYP-9821-RZGJ",
            "name": "London Borough of Barking and Dagenham Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPYP-9821-RZGJ"
            },
            "address": {
                "streetAddress": "1, Town Square",
                "locality": "Barking, London",
                "postalCode": "IG11 7LU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI52"
            },
            "contactPoint": {
                "email": "procurementCDP@lbbd.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Managing the Bravo Portal on behalf of the East London Waste Authority"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRPW-4339-XHTY",
        "name": "East London Waste Authority"
    },
    "planning": {
        "noEngagementNoticeRationale": "On 1 October 2024, ELWA published a PIN (reference: 2024/S 000-031420) in respect of market engagement for this contract. Alongside the PIN, ELWA issued a Briefing Note (BN) setting out topics it wished to discuss with interested organisations. These topics included contract interface, performance management, social value, carbon reduction and views on how the competitive flexible procurement process for this procurement should be constructed. Six suppliers expressed an interested and ELWA hosted meetings with four suppliers from October to November 2024. ELWA also conducted other preliminary market engagement: 1 - PIN reference: 2023/S 000-002415 published on 26 January 2023; and 2 - PIN reference: 2023/S 000-026103 published on 4 September 2023. In each of the PINs covering the preliminary market engagement for this procurement, it was clearly specified that participation in the preliminary market engagement was/is not a requirement for participation in this procurement."
    },
    "tender": {
        "id": "ocds-h6vhtk-055634",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Reception, Haulage, Reuse and Recycling Centres Contract (RHRRC Contract)",
        "description": "ELWA is procuring a contract for the provision of the following services (without limitation): * Waste transfer services, including the receipt, handling, bulking, transfer and haulage of Contract Waste, including any internal movements between Authority Sites; * Operation and maintenance of the Authority WTS (located at Frog Island and Jenkins Lane), to provide reception, storage and bulking of Contract Waste delivered by the Constituent Councils; * Operation and maintenance of the RRCs (located at Jenkins Lane, Chigwell Road, Frizlands Lane and Gerpins Lane); * The operation and maintenance of a Circular Economy Hub to prepare and sell items suitable for Reuse; * Onward haulage of Contact Waste from the Authority Sites to Authority Contracted Sites for the treatment of Residual Waste, Dry Recycling, Garden Waste and Food Waste; * Onward haulage and Treatment of RHRRC Contractor Retained Waste; * Repair, preparation, Recycling and Reuse of Mixed Residual Waste; * Management and operation of the Bring Bank Sites (provisional service); * Provision of waste education and promotional services; * Management of Waste Containing Persistent Organic Pollutants (POPs) (provisional service); and * Site improvement and rectification works. Please see \"Competitive flexible procedure description\" section of this tender notice and the procurement documents for full details of: 1 - the competitive flexible procedure that ELWA is conducting pursuant to s. 20 of the Procurement Act 2023; and 2 - ELWA's requirements for the RHRRC Contract. (Defined terms used in the above list of services are detailed in the draft contract and procurement documents.) The estimated Contract Value of PS466,000,000 is based on ELWA's estimate at the date of notice publication and include extension of the contract for five years following expiry of the initial ten years and three months service delivery term. The estimated value also includes works required pursuant to the contract in addition to any additional works or services which may be required during the initial ten years and three months service delivery period. Therefore, the estimated value is not necessarily the final value of the contract and ELWA reserves the right to vary this contract value (either higher or lower) in the event the scope of the contract varies throughout its term. It is intended as a guide to bidders and the actual value is intended to cover delivery of ELWA's requirements over the full possible term. ELWA is currently undertaking a separate procurement for a Residual Waste Contract (Reference: 2024/S 000-020012 and Procurement Identifier: ocds-h6vhtk-03f9d7). As this procurement is not yet complete, the outcome will influence the range and value of services of this RHRRC Contract/procurement. Additionally, ELWA will be undertaking re-procurement of several other waste contracts in the next two years (in relation to garden waste, food waste and dry recycling) which will influence the range and value of services of this RHRRC Contract/procurement. Those contracts will also be re-procured during the term of this RHRRC Contract.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45222100",
                        "description": "Waste-treatment plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233200",
                        "description": "Various surface works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513100",
                        "description": "Household-refuse disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513200",
                        "description": "Urban solid-refuse disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90533000",
                        "description": "Waste-tip management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI52",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI53",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 466000000,
            "amount": 372800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Please see the procurement documents for full details but, in summary, the competitive flexible procedure will operate as follows: 1 - All interested organisations to submit Conditions of Participation for shortlisting to the initial tender stage of the procurement 2 - Four bidders shortlisted at Conditions of Participation stage and invited to initial dialogue meetings 3 - Submission of initial tenders 4 - Evaluation and feedback on initial tenders (but no additional shortlisting is expected at this stage) 5 - Final tender stage dialogue meetings 6 - Submission of final tenders 7 - Evaluation and internal governance approval before notification of the outcome to bidders. As detailed in the ISIT, ELWA reserves the right to update or confirm aspects of the procurement process at any stage during the procurement; or circulate updated documents in respect of the procurement process. If it exercises these rights, it will inform all bidders of the proposed changes and impact on the process and any related documents."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://lbbd.bravosolution.co.uk/web/login.shtml",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-30T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-18T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-26T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 466000000,
                    "amount": 372800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Bidders should refer to detail set out in the Invitation to Submit Initial Tender (ISIT). Quality is expected to have a 60% weighting. ELWA reserves the right to refine its award criteria pursuant to section 24 Procurement Act 2023. If ELWA exercises this right, it will republish this tender notice. As an example, ELWA may re-allocate scores/weightings for sub-criteria such as Service Delivery Plans where they relate to services which may be removed from the remit of the RHRRC Contract pending the outcome of the separate procurement of a Residual Waste Contract (Reference: 2024/S 000-020012 and Procurement Identifier: ocds-h6vhtk-03f9d7).",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Bidders should refer to detail set out in the ISIT. Price is expected to have a 40% weighting. ELWA reserves the right to refine its award criteria pursuant to section 24 Procurement Act 2023. If ELWA exercises this right, it will republish this tender notice.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Legal and financial capacity conditions of participation as set out in the Conditions of Participation."
                        },
                        {
                            "type": "technical",
                            "description": "Technical ability conditions of participation as set out in the Conditions of Participation."
                        },
                        {
                            "description": "Bidders should refer to the procurement documents available at https://lbbd.bravosolution.co.uk/web/login.shtml",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-06-26T00:00:00+01:00",
                    "endDate": "2038-03-31T23:59:59Z",
                    "maxExtentDate": "2043-03-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is expected to commence on 26 June 2026, with service commencement expected to commence on 23 December 2027. The initial term of the contract slightly exceeds 10 years and 3 months from the service commencement date (to 31 March 2038), with an option to extend for up to five additional years from expiry of the initial term. The contract, and this procurement, is intended to cover any extension in the period between commencement and service commencement, so the total term of the contract may exceed this estimate."
                },
                "hasOptions": true,
                "options": {
                    "description": "Details of the primary scope of services and works required for this contract are included in this notice, the procurement documents and draft contract. However, the scope of the procurement is also intended to cover ancillary services and works required to deliver the RHRRC Contract over its full possible term. This could include services and works related to those set out in the draft procurement documents and contract but not explicitly stated. In addition, the actual scope of services and works required could be narrower than set out above."
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "ELWA considered division into lots as part of its PME exercise and concluded that this would not deliver value for money. In addition: 1 - due to the complexity of the requirements for services and works, it was determined that division into lots was not suitable for this contract; 2 - dividing into lots could increase technical risk to delivery; 3 - the contract requires a single cohesive approach across four other contracts with up to four separate contractors and multiple contractors for this contract could undermine this); and 4 - it could make the contract disproportionately expensive to manage."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://lbbd.bravosolution.co.uk/web/login.shtml"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "description": "Please see the procurement documents for the technical specification.",
                "url": "https://lbbd.bravosolution.co.uk/web/login.shtml"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The ISIT and draft contract are also available. Please note that in respect of the ISIT and draft contract, ELWA reserves the right to update the documents following notification of bidders of the COP stage of the procurement. Any updates to the draft documents will be clearly signposted to shortlisted bidders. In particular, ELWA reserves the right to refine its award criteria pursuant to section 24 Procurement Act 2023. If ELWA exercises this right, it will republish this tender notice."
            },
            {
                "id": "036219-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036219-2025",
                "datePublished": "2025-06-30T16:08:46+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "ELWA has identified the following known risks which meet the description at paragraph 6(a) of Schedule 8, Procurement Act 2023 because if they arise, either individually or otherwise, could jeopardise the satisfactory performance of the contract and, because of their nature, cannot be addressed unambiguously in the draft contract. They are intended to be permitted modifications pursuant to Schedule 8 Procurement Act 2023: 1. Government changes to waste, energy, carbon, and/or recycling policy not covered by qualifying change in law provisions in the draft contract; 2. Changes required due to local government re-organisation; 3. Works not set out in the contract which may be needed during, or after, the initial 10-year term, which, if not undertaken, could jeopardise contract performance; 4. Additional services being brought into this contract from a separate procurement exercise being conducted by ELWA, as ELWA is re-procuring several other waste contracts in the next two years (in relation to garden waste, food waste and dry recycling) and these may influence the range and value of services of this RHRRC Contract. Those contracts will also be re-procured during the term of this RHRRC Contract."
    },
    "language": "en"
}