Tender

Waste and Recycling Collections, Street Cleansing and Winter Services

WESTMINSTER CITY COUNCIL

This public procurement record has 5 releases in its history.

Tender

09 Dec 2025 at 16:09

PlanningUpdate

07 Jul 2025 at 14:37

PlanningUpdate

07 Jul 2025 at 13:43

PlanningUpdate

07 Jul 2025 at 13:32

Planning

07 Jul 2025 at 13:30

Summary of the contracting process

Westminster City Council is currently in the tender stage for a comprehensive contract involving Waste and Recycling Collections, Street Cleansing, and Winter Services within the London area. The procurement, described under the industry category of refuse collection and cleaning services, is conducted via an open, competitive flexible procedure. Key dates include the tender submission end date on 23 January 2026, and the subsequent award period ending on 1 September 2026. The contract is projected to commence on 16 September 2027, spanning an initial term of 8 years, with possibilities for extensions. The contract represents a significant opportunity with an estimated annual value of £63 million, and a potential maximum value of £1.4 billion over its full term.

This procurement provides substantial business growth opportunities, primarily targeting large national or international providers, although small and medium-sized enterprises (SMEs) alongside voluntary sectors may also find strategic roles within consortia. Businesses specialising in innovative waste management, recycling technologies, and those capable of fulfilling Westminster’s strategic goals of sustainability and value-for-money services would be ideally positioned to benefit. The opportunity calls for adaptable solutions to meet evolving city requirements, placing innovation at the forefront, which could foster business expansions into emerging green markets. Engaging with this tender could not only provide significant service delivery contracts but also align businesses with pressing sustainability and policy-driven initiatives in urban management.

How relevant is this notice?

Notice Information

Notice Title

Waste and Recycling Collections, Street Cleansing and Winter Services

Notice 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. PS63m * 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. PS1.4bn (subject to VAT) * The PS63m 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 PS1.4bn 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.

Lot Information

Lot 1

Options: Due to the nature and duration of this contract, there may be future unknown requirements whereby additional purchases may be required.

Renewal: Up to 8 additional years, awarded at the City Council's discretion, based on performance and strategic need.

Planning Information

WCC will host an in-person Preliminary Market Engagement event at Cathedral View (St. Vincents Centre Carlisle Place, London, England, SW1P 1NL) on 17 July 2025, 10:30 to 12:55, and will offer 1:1 virtual meetings (via MS Teams) to organisations wishing to engage in further discussions following this event. A list of questions will be issued to attendees in advance of the 17 July and responses will be welcomed through the portal and in the 1:1 sessions. Following the market engagement a FAQ document will be published. A recording of the presentation will be made available upon request. This market engagement will be accessible via our City of Westminster Procurement and Contracts portal, kindly visit https://wcc.ukp.app.jaggaer.com and search for the following reference: SQ_30131. Please submit your interest in this market engagement via the messaging function of the portal confirming attendee names, job roles and email addresses. Our portal is free to register on.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055a2b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/081168-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
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

90513000 - Non-hazardous refuse and waste treatment and disposal services

90514000 - Refuse recycling services

90610000 - Street-cleaning and sweeping services

90612000 - Street-sweeping services

90620000 - Snow-clearing services

90630000 - Ice-clearing services

Notice Value(s)

Tender Value
£1,400,000,000 £1B-£10B
Lots Value
£1,400,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Dec 20252 weeks ago
Submission Deadline
23 Jan 20264 weeks to go
Future Notice Date
17 Oct 2025Expired
Award Date
Not specified
Contract Period
15 Sep 2027 - 31 Mar 2036 Over 5 years
Recurrence
2034-03-31

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Additional Buyers

EUNOMIA RESEARCH & CONSULTING LIMITED

SHARPE PRITCHARD LLP

Contact Name
Nick Saunders
Contact Email
info@eunomia.co.uk, procurementteammailbox@westminster.gov.uk, tenders@sharpepritchard.co.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1E 6QP
Post Town
South West London
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
TLI London

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-055a2b-2025-12-09T16:09:24Z",
    "date": "2025-12-09T16:09:24Z",
    "ocid": "ocds-h6vhtk-055a2b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Nick Saunders",
                "email": "procurementteammailbox@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC378650",
            "name": "Sharpe Pritchard LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC378650"
            },
            "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-PPON-PNGQ-1887-ZDDX",
            "name": "Eunomia Research & Consulting Limited",
            "identifier": {
                "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": "Info@eunomia.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Technical Advice and Support Services",
            "details": {
                "url": "http://www.eunomia.eco"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "WCC will host an in-person Preliminary Market Engagement event at Cathedral View (St. Vincents Centre Carlisle Place, London, England, SW1P 1NL) on 17 July 2025, 10:30 to 12:55, and will offer 1:1 virtual meetings (via MS Teams) to organisations wishing to engage in further discussions following this event. A list of questions will be issued to attendees in advance of the 17 July and responses will be welcomed through the portal and in the 1:1 sessions. Following the market engagement a FAQ document will be published. A recording of the presentation will be made available upon request. This market engagement will be accessible via our City of Westminster Procurement and Contracts portal, kindly visit https://wcc.ukp.app.jaggaer.com and search for the following reference: SQ_30131. Please submit your interest in this market engagement via the messaging function of the portal confirming attendee names, job roles and email addresses. Our portal is free to register on.",
                "dueDate": "2025-08-31T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "037841-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037841-2025",
                "datePublished": "2025-07-07T14:30:56+01:00",
                "format": "text/html"
            },
            {
                "id": "037845-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037845-2025",
                "datePublished": "2025-07-07T14:32:29+01:00",
                "format": "text/html"
            },
            {
                "id": "037861-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037861-2025",
                "datePublished": "2025-07-07T14:43:21+01:00",
                "format": "text/html"
            },
            {
                "id": "037932-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037932-2025",
                "datePublished": "2025-07-07T15:37:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRJ_30675 (CAR Ref 1359)",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Waste and Recycling Collections, Street Cleansing and Winter Services",
        "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. PS63m * 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. PS1.4bn (subject to VAT) * The PS63m 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 PS1.4bn 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90511000",
                        "description": "Refuse collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513000",
                        "description": "Non-hazardous refuse and waste treatment and disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90514000",
                        "description": "Refuse recycling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90610000",
                        "description": "Street-cleaning and sweeping services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90620000",
                        "description": "Snow-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90630000",
                        "description": "Ice-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90612000",
                        "description": "Street-sweeping services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1680000000,
            "amount": 1400000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-09-16T00:00:00+01:00",
                    "endDate": "2036-03-31T23:59:59+01:00",
                    "maxExtentDate": "2044-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1680000000,
                    "amount": 1400000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "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."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Applies to ISIT stage. Please refer to portal and associated tender documents for further details."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "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."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "renewal": {
                    "description": "Up to 8 additional years, awarded at the City Council's discretion, based on performance and strategic need."
                },
                "hasOptions": true,
                "options": {
                    "description": "Due to the nature and duration of this contract, there may be future unknown requirements whereby additional purchases may be required."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-17T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "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. 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."
        },
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-23T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-09T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-09-01T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "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."
            },
            {
                "id": "081168-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/081168-2025",
                "datePublished": "2025-12-09T16:09:24Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2034-03-31T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "- 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."
        },
        "riskDetails": "The contract risks anticipated by the Contracting Authority are set out in the Invitation to Submit Initial Tenders that are located on the portal."
    },
    "language": "en"
}