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