Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SC240015 - Street Sweepings and Highway Mechanical Arisings Processing Services

  • First published: 13 February 2024
  • Last modified: 13 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04397c
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
13 February 2024
Deadline date:
13 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

As a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.

KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.

The Provider will be required to have in place:

• a waste processing facility with appropriate permitting and planning permissions;

• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);

• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and

• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.

The overall estimated volume for this contract is circa. 11,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (circa. 3,550 tonnes per annum)

Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)

Lot 3 – East Kent (circa. 4,200 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

UK

Contact person: Miss Molly Roast

Telephone: +44 3000414141

E-mail: Molly.Roast@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.kent.gov.uk

Address of the buyer profile: http://www.kent.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.kentbusinessportal.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.kentbusinessportal.org.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SC240015 - Street Sweepings and Highway Mechanical Arisings Processing Services

Reference number: DN710982

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

As a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.

KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.

The Provider will be required to have in place:

• a waste processing facility with appropriate permitting and planning permissions;

• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);

• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and

• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.

The overall estimated volume for this contract is circa. 11,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (circa. 3,550 tonnes per annum)

Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)

Lot 3 – East Kent (circa. 4,200 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

West Kent

II.2.2) Additional CPV code(s)

79723000

90000000

90500000

90700000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

As a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.

KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.

The Provider will be required to have in place:

• a waste processing facility with appropriate permitting and planning permissions;

• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);

• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and

• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.

The overall estimated volume for this contract is circa. 11,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (circa. 3,550 tonnes per annum)

Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)

Lot 3 – East Kent (circa. 4,200 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract may be extended for a period of up to 24 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Mid Kent

II.2.2) Additional CPV code(s)

90000000

90700000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

As a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.

KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.

The Provider will be required to have in place:

• a waste processing facility with appropriate permitting and planning permissions;

• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);

• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and

• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.

The overall estimated volume for this contract is circa. 11,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (circa. 3,550 tonnes per annum)

Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)

Lot 3 – East Kent (circa. 4,200 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract may be extended for a period of up to 24 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.2) Additional CPV code(s)

90000000

90500000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

As a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.

KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.

The Provider will be required to have in place:

• a waste processing facility with appropriate permitting and planning permissions;

• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);

• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and

• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.

The overall estimated volume for this contract is circa. 11,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (circa. 3,550 tonnes per annum)

Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)

Lot 3 – East Kent (circa. 4,200 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract may be extended for a period of up to 24 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/03/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

Kent

UK

VI.5) Date of dispatch of this notice

12/02/2024

Coding

Commodity categories

ID Title Parent category
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
79723000 Waste analysis services Investigation services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Molly.Roast@kent.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.