Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.commercialservices.org.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Waste Management Services Y24012
Reference number: Y24012
II.1.2) Main CPV code
90000000
II.1.3) Type of contract
Services
II.1.4) Short description
Framework Agreement for Waste Management Services.
LOT 1– General Waste and Recycling
LOT 2 –Clinical Waste Services
LOT 3 – Confidential and High Security Waste
LOT 4 – Textile Waste Recycling
LOT 5 – Hazardous Waste, Chemical and Radioactive (non-clinical)
LOT 6 – Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services
An additional Lot, LOT 7 – Total Waste Management Service, will be added that will include Suppliers who have been awarded on all Lots from 1 to 5. This will allow the procuring parties to access Suppliers who offer the full range of services as stated in Lots 1 to 5. This is not a scoring element as submissions will have already been scored as part of Lot 1 to 5 evaluation. The value of this Lot 7 is estimated at a value of £200m.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
1.00
GBP/ Highest offer:
950 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
General Waste and Recycling
II.2.2) Additional CPV code(s)
44613700
90500000
90510000
90511000
90511100
90511200
90512000
90513000
90513100
90513200
90513300
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Suppliers can provide directly or indirectly via Sub-Contractors but must be able to
provide all Services listed below.
General waste is material that cannot be recycled. It includes materials such as non-recyclable plastics, polythene,
some packaging and kitchen scraps. Awarded Suppliers are expected to find alternatives to landfill sites which can
ensure that value, usually in the form of energy, is recovered from it.
Tenderers must have the capability to provide a wide range of general waste and recycling Services, both scheduled
and/or ad-hoc for schools and the wider public sector including, but not limited to:
•Collection, disposal and treatment of
oBin bag/sacks
oWheelie bins (various sizes, collection and delivery)
•Skips Front End Loading (FEL) and Rear End Loading (REL)
•Roll-on-roll-off containers
•Kerb-side collection
•Fly tipping removal
The type of general waste awarded Suppliers will need to be able to collect and dispose of includes, but is not limited
to:
•Bulk non-hazardous waste
•Dry Mixed Recycling (DMR)
•Food waste
•General waste
•Glass recycling
•Green waste
•Metal waste
•Other single stream recycling
•WEEE waste
•Wood waste
II.2.5) Award criteria
Quality criterion: Delivering the Framework Agreement
/ Weighting: 35
Quality criterion: Customer Service and Account Management
/ Weighting: 35
Quality criterion: Standards, Regulations and Policies
/ Weighting: 20
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 0
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
Clinical Waste Services
II.2.2) Additional CPV code(s)
90524100
90524200
90510000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Suppliers can provide directly or indirectly via Sub-Contractors but must be able to
provide all Services listed below.
This LOT is for the collection, disposal and treatment of a range of clinical related waste materials, including but not
limited to:
•Chemicals
•Hazardous waste
•Infectious waste
•Offensive waste
•Pharmaceutical waste
•Reuseable sharps bins
•Single use sharps bins
•Washroom (eg municipal offensive waste)
II.2.5) Award criteria
Quality criterion: Delivering the Framework Agreement
/ Weighting: 35
Quality criterion: Customer Service and Account Management
/ Weighting: 35
Quality criterion: Standards, Regulations and Policies
/ Weighting: 20
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 0
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.2.1) Title
Confidential and High Security Waste
II.2.2) Additional CPV code(s)
90500000
90514000
79996100
90511400
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Suppliers must be able to provide one or more of the Services listed below.
Please ensure you complete the table within Annex D – Tenderers Response LOT 3
Confidential waste is any waste that contains or shows personal information and it can be in a variety of form factors.
Suppliers awarded onto this LOT are expected provide a range of Services, including but not limited to:
•Cargo and freight disposal
•High security shredding
•On site disposal/shredding
•One off/ad-hoc collections
•Product shredding
•Provision and collection of confidential waste bins
•Scheduled collections
The type of confidential waste awarded Suppliers will need to be able to securely dispose of includes, but is not
limited to:
•Illegal and counterfeit goods
•Paper based materials such as address book of contact details, bank information, obsolete invoices or quotations
•Unclaimed or abandoned goods
•Used/obsolete uniforms and company identification badges, passes or documents.
II.2.5) Award criteria
Quality criterion: Delivering the Framework Agreement
/ Weighting: 35
Quality criterion: Customer Service and Account Management
/ Weighting: 35
Quality criterion: Standards, Regulations and Policies
/ Weighting: 20
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 0
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: 4
II.2.1) Title
Textile Waste Recycling
II.2.2) Additional CPV code(s)
19600000
19620000
90700000
90500000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Suppliers can provide directly or indirectly via Sub-Contractors but must be able to
provide all Services listed below.
This LOT is for the collection and recycling of all forms of textile waste, including but not limited to:
•Bedding
•Clothing
•Footwear including trainers, sandals, boots and shoes made from fabric or textile materials
•Other textiles made from natural or artificial materials
•Soft furnishings (e.g. curtains and cushions)
II.2.5) Award criteria
Quality criterion: Delivering the Framework Agreement
/ Weighting: 35
Quality criterion: Customer Service and Account Management
/ Weighting: 35
Quality criterion: Standards, Regulations and Policies
/ Weighting: 20
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 0
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: 5
II.2.1) Title
Hazardous Waste, Chemical and Radioactive (non-clinical)
II.2.2) Additional CPV code(s)
90510000
90520000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Suppliers must be able to provide one or more of the Services listed below.
Please ensure you complete the table within Annex D – Tenderers Response LOT 5
This LOT is for the collection, disposal and treatment of a range of hazardous waste materials, including but not
limited to:
•Batteries (e.g. lead, acid, NI-Cd and mercury)
•Chemicals such as brake fluid/print toner
•Electrical equipment with potentially hazardous components
•Oils (except edible ones), such as car oil
•Pesticides
•Radioactive waste collection
•Solvents
You must ensure every load of hazardous waste you receive or pass to others is covered by a HWCN. Asbestos
waste from a domestic premise requires that the homeowner receives a HWCN.
Hazardous waste notes ensure that there is a clear audit trail from when the waste is produced until it is disposed of.
You must keep copies of all your waste transfer notes (including HWCNs) for a least three years and must be able to
produce them on demand.
We require Suppliers to provide Customers with hazardous, chemical and radioactive waste Services ensuring all
waste is disposed of according to Government Legislation.
Tenderers must have the capability to provide a wide range of hazardous, chemical and radioactive waste Services,
both scheduled and/or ad-hoc for schools and the wider public sector.
II.2.5) Award criteria
Quality criterion: Delivering the Framework Agreement
/ Weighting: 35
Quality criterion: Customer Service and Account Management
/ Weighting: 35
Quality criterion: Standards, Regulations and Policies
/ Weighting: 20
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 0
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: 6
II.2.1) Title
Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services
II.2.2) Additional CPV code(s)
34144511
90000000
90500000
90511000
90511200
90513100
90513200
90514000
90530000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
LOT 6a – Collection and processing of HWRC and transfer station waste
To include, but not be limited to
•All waste streams such as commercial and household
•The delivery of waste to third party waste processors
LOT 6b – Processing of household and commercial waste delivered to the Supplier's waste processing facility
Suppliers are to make available if required either directly or indirectly via Sub-Contractors all equipment and resources
to enable a full waste Service procured under LOT 6a/6b to be provided. Equipment and resources may include, but
not be limited to receptacles plant, balers, containers, compactors, and operators. All equipment provided must be
deemed suitable to the task required and the location of the Service. Operators must be trained and qualified to meet
the Service procured.
II.2.5) Award criteria
Quality criterion: Delivering the Framework Agreement
/ Weighting: 35
Quality criterion: Customer Service and Account Management
/ Weighting: 35
Quality criterion: Standards, Regulations and Policies
/ Weighting: 20
Quality criterion: Criterion 4
/ Weighting: 10
Cost criterion: Price
/ Weighting: 0
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
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-029077
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/06/2025
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Veolia ES (UK) Limited
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Recorra Ltd
03961507
52 Lant St
London
SE1 1RB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Countrystyle Recycling Ltd
05103813
Ridham Dock Road, Iwade
Sittingbourne
ME9 8SR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Suez Recycling and Recovery Uk Ltd
02291198
Suez House, Grenfell Road
Maidenhead
SL6 1ES
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Biffa Waste Services Ltd
00946107
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Go Green Ltd
04073354
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
00505212
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/06/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Veolia ES (UK) Limited
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Recorra Ltd
03961507
52 Lant St
London
SE1 1RB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
00505212
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Countrystyle Recycling Ltd
05103813
Ridham Dock Road, Iwade
Sittingbourne
ME9 8SR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Biffa Waste Services Ltd
00946107
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Go Green Ltd
04073354
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Medisort Limited
06856504
Unit A, Fort Road, Littlehampton
West Sussex
BN17 7QU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
75 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/06/2025
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Veolia ES (UK) Limited
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Recorra Ltd
03961507
52 Lant St
London
SE1 1RB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Shred Station Ltd
06359628
Osborne House, Wendover Road
Norwich
NR13 6LH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
00505212
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Biffa Waste Services Ltd
00946107
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Restore Datashred Limited
09969408
Unit Q1 Queen Elizabeth Distribution Centre
Essex
RM19 1NA
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Go Green Ltd
04073354
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Countrystyle Recycling Ltd
05103813
Ridham Dock Road, Iwade
Sittingbourne
ME9 8SR
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/06/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Veolia ES (UK) Limited
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Recorra Ltd
03961507
52 Lant St
London
SE1 1RB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
00505212
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Biffa Waste Services Ltd
00946107
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Restore Datashred Limited
09969408
Unit Q1 Queen Elizabeth Distribution Centre
Essex
RM19 1NA
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Go Green Ltd
04073354
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
50 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/06/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Veolia ES (UK) Limited
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Recorra Ltd
03961507
52 Lant St
London
SE1 1RB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
00505212
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Countrystyle Recycling Ltd
05103813
Ridham Dock Road, Iwade
Sittingbourne
ME9 8SR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Biffa Waste Services Ltd
00946107
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Go Green Ltd
04073354
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
125 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/06/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Veolia ES (UK) Limited
02481991
210 Pentonville Road
London
N1 9JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
00505212
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Countrystyle Recycling Ltd
05103813
Ridham Dock Road, Iwade
Sittingbourne
ME9 8SR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Biffa Waste Services Ltd
00946107
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
N&P Crayford MRF Ltd
N/A
Century Wharf, Crayford Creek
Kent
DA1 4QG
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
200 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=960103722 GO Reference: GO-2025618-PRO-31058432
VI.4) Procedures for review
VI.4.1) Review body
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: https://www.commercialservices.org.uk/
VI.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: https://www.commercialservices.org.uk/
VI.5) Date of dispatch of this notice
18/06/2025