← Back to opportunities

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

Elmbridge Borough Council

Buyer Contact Info

Buyer Name: Elmbridge Borough Council

Buyer Address: Civic Centre, High Street, Esher, UKJ25, KT10 9SD, United Kingdom

Contact Email: procurement@elmbridge.gov.uk

Buyer Name: Surrey Heath Borough Council

Buyer Address: Surrey Heath House, Knoll Road, Camberley, UKJ25, GU15 3HD, United Kingdom

Contact Email: procurement.team@surreyheath.gov.uk

Show 4 more buyers

Buyer Name: Mole Valley District Council

Buyer Address: Pippbrook, Dorking, UKJ26, RH4 1SJ, United Kingdom

Contact Email: procurement@horsham.gov.uk

Buyer Name: Woking Borough Council

Buyer Address: Civic Offices Gloucester Square,, Woking, UKJ25, GU21 6YL, United Kingdom

Contact Email: laura.curme@woking.gov.uk

Buyer Name: SHARPE PRITCHARD LLP

Buyer Address: Elm Yard, 10-16 Elm Street, London, UKI31, WC1X 0BJ, United Kingdom

Contact Email: tenders@sharpepritchard.co.uk

Buyer Name: EUNOMIA RESEARCH & CONSULTING LIMITED

Buyer Address: 37 Queen Square, Bristol, UKK11, BS1 4QS, United Kingdom

Contact Email: tenders@eunomia.co.uk

Status
active
Procedure
selective
Value
600000000.0 GBP
Gross: 720000000 GBP
Published
01 Aug 2025, 17:04
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
90511000 - Refuse collection services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://elmbridgebc-atamis.my.site.com/s/Welcome

External Link: https://www.find-tender.service.gov.uk/Notice/045415-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 600,000,000

Lot 1 Value (Gross): GBP 720,000,000

Lot 1 Contract Start: 2027-06-06T00:00:00+01:00

Lot 1 Contract End: 2034-06-05T23:59:59+01:00

Lot 1 Award Criterion (quality): Technical / Quality (45%)

Lot 1 Award Criterion (price): Commercial (45%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PNNR-6659-GVMN",
    "name": "Elmbridge Borough Council"
  },
  "date": "2025-08-01T18:04:23+01:00",
  "id": "045415-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04eb94",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Esher",
        "postalCode": "KT10 9SD",
        "region": "UKJ25",
        "streetAddress": "Civic Centre, High Street"
      },
      "contactPoint": {
        "email": "procurement@elmbridge.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PNNR-6659-GVMN",
      "identifier": {
        "id": "PNNR-6659-GVMN",
        "scheme": "GB-PPON"
      },
      "name": "Elmbridge Borough Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Camberley",
        "postalCode": "GU15 3HD",
        "region": "UKJ25",
        "streetAddress": "Surrey Heath House, Knoll Road"
      },
      "contactPoint": {
        "email": "procurement.team@surreyheath.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PQQL-9321-BBQX",
      "identifier": {
        "id": "PQQL-9321-BBQX",
        "scheme": "GB-PPON"
      },
      "name": "Surrey Heath Borough Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Dorking",
        "postalCode": "RH4 1SJ",
        "region": "UKJ26",
        "streetAddress": "Pippbrook"
      },
      "contactPoint": {
        "email": "procurement@horsham.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PLXW-3796-VTMW",
      "identifier": {
        "id": "PLXW-3796-VTMW",
        "scheme": "GB-PPON"
      },
      "name": "Mole Valley District Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Woking",
        "postalCode": "GU21 6YL",
        "region": "UKJ25",
        "streetAddress": "Civic Offices Gloucester Square,"
      },
      "contactPoint": {
        "email": "laura.curme@woking.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PBRR-5896-HTCM",
      "identifier": {
        "id": "PBRR-5896-HTCM",
        "scheme": "GB-PPON"
      },
      "name": "Woking Borough Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PRCR-4411-VZCV",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "WC1X 0BJ",
        "region": "UKI31",
        "streetAddress": "Elm Yard, 10-16 Elm Street"
      },
      "contactPoint": {
        "email": "tenders@sharpepritchard.co.uk"
      },
      "details": {
        "url": "http://www.sharpepritchard.co.uk"
      },
      "id": "GB-COH-OC378650",
      "identifier": {
        "id": "OC378650",
        "scheme": "GB-COH"
      },
      "name": "SHARPE PRITCHARD LLP",
      "roleDetails": "Legal Advice and Support Services",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PNGQ-1887-ZDDX",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bristol",
        "postalCode": "BS1 4QS",
        "region": "UKK11",
        "streetAddress": "37 Queen Square"
      },
      "contactPoint": {
        "email": "tenders@eunomia.co.uk"
      },
      "details": {
        "url": "http://www.eunomia.eco"
      },
      "id": "GB-COH-04150627",
      "identifier": {
        "id": "04150627",
        "scheme": "GB-COH"
      },
      "name": "EUNOMIA RESEARCH \u0026 CONSULTING LIMITED",
      "roleDetails": "Technical Advice and Support Services",
      "roles": [
        "procuringEntity"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-06-04T23:59:59+01:00"
    },
    "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.\nBackground Information\nJoint 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. \nThe 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.\nA 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.\nLooking 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\u0027s vision, embraces innovation, and is ready to play a key role in delivering cleaner, greener, and more resilient public services across Surrey.\nIn 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. \nTenderers should refer to the Atamis portal for the associated tender documents and further information.\nScope\nThe Contract shall include the following Services:\n\u2022\tHousehold Waste and Recycling Collection including:\no\tResidual Waste Collection Service\no\tDry Recycling Collection Service\no\tFood Waste Collection Service\no\tGarden Waste Collection Service\no\tWEEE and textiles - Other Recycling Materials Collection Service\n\u2022\tBulky Waste and Clinical Waste Collections\n\u2022\tStreet Cleansing and Litter Management including: \no\tCleaning of all public highways and specified land within the Cleansing Authorities Area.\no\tClearance of leaf/blossom;\no\tEnhanced cleaning;\no\tRemoval of dead animals;\no\tPavement washing and pedestrian subways;\no\tEvents cleaning; \no\tInstallation, emptying, cleaning and removal of street litter bins, bring site containers and dog waste bins;\no\tClearance of Fly Tipped waste;\no\tCleaning of precincts and surface car parks;\no\tRemoval of graffiti and flyposting; \no\tCleaning of items of street furniture and signage; \no\tWeed treatment;\no\tOut of hours response service; and\no\tEmergency assistance\n\u2022\tContainer management\n\u2022\tFleet and Depot Management\n\u2022\tCustomer Service and Digital Interfaces\n\u2022\tData Provision, Performance Monitoring, and Reporting\n\u2022\tInnovation, Trials, and Behavioural Change Support\n\u2022\tSocial Value and Environmental Sustainability Commitments\nAdditional Information:\nVehicles: 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.\nWhere vehicles require replacement during the Contract Period, the Authorities will assess which party is best placed to fund the vehicles.\nProvision of Depots: The Authorities shall provide the Contractor the following depots for use:\na)\tElmbridge Depot, Millmead, Mill Road, Esher, Surrey, KT10 8AS \nb)\tWoking Depot, Monument Way East, Woking, GU21 5LY\nc)\tMole Valley Depot, Station Road, Dorking, RH4 1EH\nd)\tSurrey Heath Depot, 14 Doman Road, Camberley, GU15 3DF.\nUse of the depots shall be mandatory.\nAnticipated Changes: There are a number of Services which the Authority may wish to implement during the Contract Period: \n\u2022\tBring sites dry recycling collections; \n\u2022\tNappies and absorbent hygiene products collection service;\n\u2022\tService users\u0027 contact management service - for Mole Valley only;\n\u2022\tThree-weekly residual waste collection service.\nA UK2 Preliminary market engagement notice was published under Notice Reference 2025/S 000-008756.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://elmbridgebc-atamis.my.site.com/s/Welcome"
      },
      {
        "documentType": "technicalSpecifications",
        "id": "L-2",
        "url": "https://elmbridgebc-atamis.my.site.com/s/Welcome"
      },
      {
        "datePublished": "2025-08-01T18:04:23+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "045415-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/045415-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-18T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-08-29T12:00:00+01:00",
    "id": "C0175",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Refuse collection services",
            "id": "90511000",
            "scheme": "CPV"
          },
          {
            "description": "Refuse transport services",
            "id": "90512000",
            "scheme": "CPV"
          },
          {
            "description": "Refuse recycling services",
            "id": "90514000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "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.",
              "name": "Technical / Quality",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "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.",
              "name": "Commercial",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "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.",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-06-05T23:59:59+01:00",
          "maxExtentDate": "2048-06-05T23:59:59Z",
          "startDate": "2027-06-06T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "\u2022\tPossible 7 years extension to 5 June 2041\n\u2022\tPossible 7 years extension to 5 June 2048"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.",
              "type": "economic"
            },
            {
              "description": "Please refer to the Procurement Specific Questionnaire (PSQ) and accompanying instructions for the full conditions of participation requirements.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 600000000,
          "amountGross": 720000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "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 (\u0027PA 2023\u0027).\nFor 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 \u0027Procurement Specific Questionnaire\u0027 and accompanying instructions, and the draft \u0027Assessment Methodology\u0027.\nThe 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:\n\u2022\trefining award criteria weightings\n\u2022\tadding sub-criteria or more detail to the sub-criteria (relevant to the existing main criteria).\nIn 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."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "The full tender documents are available for unrestricted and full direct access, free of charge at:\nhttps://elmbridgebc-atamis.my.site.com/s/Welcome",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Elmbridge, Mole Valley, Surrey Heath and Woking Joint Waste Collection and Street Cleaning Services Contract",
    "value": {
      "amount": 600000000,
      "amountGross": 720000000,
      "currency": "GBP"
    }
  }
}