Tender

Commercial Waste Management Software System (WMS)

NOTTINGHAM CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

08 Dec 2025 at 17:39

Summary of the contracting process

Nottingham City Council is seeking to procure a comprehensive Commercial Waste Management Software System to replace its legacy solution. The procurement focuses on an integrated system for managing customer service, sales, billing, financial processing, and performance reporting within the scope of the Council's Commercial Waste Service. The contract will be awarded via a Competitive Flexible Procedure, as per the Procurement Act 2023, with a series of stages including product demonstrations and dialogue sessions. Initial tender submissions are due by 9th January 2026, with the contract starting on 1st July 2026, spanning an initial five-year term. The procurement, valued at approximately £660,000, encompasses a range of services located in the UK, under the 'services' category, with a CPV code of 72260000 for software-related services.

This tender presents a significant opportunity for businesses specialised in software development and integration within local government contexts, particularly those adept at delivering comprehensive waste management solutions. Companies that can demonstrate strong technical and professional capabilities, previous relevant experience, and the ability to meet the Authority's quality and financial criteria will be well-suited to compete. Additionally, businesses equipped to provide comprehensive professional services, including system implementation, user training, and integration with existing platforms such as Oracle Fusion, will find this tender appealing. The procurement method allows for flexibility and dialogue, offering suppliers a platform to tailor their final offers closely aligned with the Council's needs.

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

Commercial Waste Management Software System (WMS)

Notice Description

Nottingham City Council is seeking to procure a comprehensive, integrated Commercial Waste Management Software System to replace its existing legacy solution. The system will support the end-to-end delivery of the Council's Commercial Waste Service, including customer management, sales, service delivery, billing, financial processing, and performance reporting. The solution must enable real-time operational control and data visibility across the service, improving efficiency, customer experience, financial assurance and environmental performance. The scope includes, but is not limited to: vehicle tracking and management; mobile working; route planning and optimisation; customer and contract management; sales quoting and e-contracting; on-board dynamic weighing and pay-by-weight functionality; container and asset management; weighbridge operations; supplier management; invoicing, credits and cash processing; financial management and ledgering; performance reporting and analytics; and a customer self-service portal. The successful supplier will also be required to provide professional services to implement the solution, migrate data, train users, and integrate the system with the Council's corporate financial platform (Oracle Fusion), corporate citizen access portal, and other systems via APIs. Hardware required to support mobile working and integration with existing on-vehicle and weighbridge weighing equipment is within scope, together with system support, maintenance and service levels for the duration of the contract. The contract will be awarded following a Competitive Flexible Procedure in accordance with the Procurement Act 2023, with an initial tender submission stage followed by shortlisting, product demonstrations and dialogue, and the submission of a best and final offer.

Lot Information

Lot 1

Options: The contract includes options exercisable at the Authority's discretion, including the option to extend the contract for up to two additional periods of one (1) year each following the initial five (5) year term, subject to satisfactory performance, ongoing business need, and continued value for money. In addition, the contract may include options for the purchase of additional software modules, licences, users, integrations, or related services within the scope of the Waste Management System during the contract term, in accordance with the contract terms and pricing mechanism.

Renewal: The contract will be awarded for an initial term of five (5) years. The Authority reserves the right to extend the contract by up to two additional periods of one (1) year each, exercisable at the Authority's sole discretion, subject to satisfactory performance, ongoing business need, and continued value for money.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f139
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/080816-2025
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

72 - IT services: consulting, software development, Internet and support


CPV Codes

72260000 - Software-related services

Notice Value(s)

Tender Value
£550,000 £500K-£1M
Lots Value
£550,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Dec 20252 months ago
Submission Deadline
15 Dec 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2031 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
NOTTINGHAM CITY COUNCIL
Contact Name
Not specified
Contact Email
procurement@nottinghamcity.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NOTTINGHAM
Postcode
NG2 3NG
Post Town
Nottingham
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF14 Nottingham
Delivery Location
Not specified

Local Authority
Nottingham
Electoral Ward
Castle
Westminster Constituency
Nottingham East

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-05f139-2025-12-08T17:39:24Z",
    "date": "2025-12-08T17:39:24Z",
    "ocid": "ocds-h6vhtk-05f139",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZGG-1891-TDCX",
            "name": "Nottingham City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZGG-1891-TDCX"
            },
            "address": {
                "streetAddress": "Loxley House, Station Street",
                "locality": "Nottingham",
                "postalCode": "NG2 3NG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF14"
            },
            "contactPoint": {
                "email": "procurement@nottinghamcity.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nottinghamcity.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZGG-1891-TDCX",
        "name": "Nottingham City Council"
    },
    "tender": {
        "id": "CPU 6534",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Commercial Waste Management Software System (WMS)",
        "description": "Nottingham City Council is seeking to procure a comprehensive, integrated Commercial Waste Management Software System to replace its existing legacy solution. The system will support the end-to-end delivery of the Council's Commercial Waste Service, including customer management, sales, service delivery, billing, financial processing, and performance reporting. The solution must enable real-time operational control and data visibility across the service, improving efficiency, customer experience, financial assurance and environmental performance. The scope includes, but is not limited to: vehicle tracking and management; mobile working; route planning and optimisation; customer and contract management; sales quoting and e-contracting; on-board dynamic weighing and pay-by-weight functionality; container and asset management; weighbridge operations; supplier management; invoicing, credits and cash processing; financial management and ledgering; performance reporting and analytics; and a customer self-service portal. The successful supplier will also be required to provide professional services to implement the solution, migrate data, train users, and integrate the system with the Council's corporate financial platform (Oracle Fusion), corporate citizen access portal, and other systems via APIs. Hardware required to support mobile working and integration with existing on-vehicle and weighbridge weighing equipment is within scope, together with system support, maintenance and service levels for the duration of the contract. The contract will be awarded following a Competitive Flexible Procedure in accordance with the Procurement Act 2023, with an initial tender submission stage followed by shortlisting, product demonstrations and dialogue, and the submission of a best and final offer.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 660000,
            "amount": 550000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Competitive Flexible Procedure Description This procurement is being conducted using the Competitive Flexible Procedure in accordance with section 20 of the Procurement Act 2023. The process will commence with the publication of a Tender Notice inviting suppliers to submit an initial tender, including completion of a procurement-specific questionnaire and initial quality and price responses. Initial submissions will be assessed against the Conditions of Participation and selection criteria, following which the Authority intends to shortlist up to three highest-scoring suppliers to participate in subsequent stages. These stages may include product demonstrations, dialogue to refine the Authority's understanding of the proposed solutions, and negotiation where required. Following the conclusion of these stages, shortlisted suppliers will be invited to submit a final tender (Best and Final Offer). Final tenders will be evaluated against the published award criteria to identify the Most Advantageous Tender. The Authority reserves the right to reduce, combine or omit stages, including the right to award the contract on the basis of the initial tender without negotiation, where permitted by the Procurement Act 2023 and as set out in the procurement documents."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the EastMids Tender portal used by Nottingham City Council for the purposes of this Procurement. The EastMids Tender portal can be accessed at: https://www.eastmidstenders.org/ . Suppliers will be required to register on the portal to access the procurement documents and submit their tender response. Registration is free of charge. No alternative methods of submission will be accepted.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-01-09T23:59:59Z",
        "enquiryPeriod": {
            "endDate": "2025-12-15T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-02T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 660000,
                    "amount": 550000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality will be assessed against the published quality criteria set out in the Invitation to Tender. This includes technical capability, implementation and delivery approach, system functionality, service and support arrangements, and social value. Social Value forms part of the Quality assessment and represents 5% of the Quality score (equivalent to 3% of the overall contract award score), in accordance with the ITT.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As part of the procurement process, suppliers will be required to demonstrate their legal, financial, economic and technical capacity in accordance with the conditions of participation set out in the procurement documents. This may include requirements relating to financial standing, turnover, relevant experience, professional capability, and insurances, proportionate to the nature, risk and value of the contract. Full details are set out in the procurement documents."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to demonstrate appropriate technical and professional ability to deliver an end-to-end Waste Management System, including relevant experience of implementing comparable software solutions within a local authority or similar complex operational environment. Evidence may include details of previous contracts, references, key personnel, proposed delivery approach, and compliance with relevant technical standards. Equivalent qualifications, certifications and standards will be accepted."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2033-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be awarded for an initial term of five (5) years. The Authority reserves the right to extend the contract by up to two additional periods of one (1) year each, exercisable at the Authority's sole discretion, subject to satisfactory performance, ongoing business need, and continued value for money."
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract includes options exercisable at the Authority's discretion, including the option to extend the contract for up to two additional periods of one (1) year each following the initial five (5) year term, subject to satisfactory performance, ongoing business need, and continued value for money. In addition, the contract may include options for the purchase of additional software modules, licences, users, integrations, or related services within the scope of the Waste Management System during the contract term, in accordance with the contract terms and pricing mechanism."
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "The Authority has considered whether the requirement could be divided into lots. Due to the need for a single, fully integrated waste management system providing end-to-end functionality, data integrity, and seamless integration with corporate finance and operational platforms, the Authority has determined that dividing the requirement into lots would introduce unacceptable technical, operational, and commercial risk and would undermine accountability and value for money."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "080816-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080816-2025",
                "datePublished": "2025-12-08T17:39:24Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}