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 Award Notice

Waste Management Services Y24012

  • First published: 23 June 2025
  • Last modified: 23 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-0499e4
Published by:
Kent County Council (t/a Procurement Services)
Authority ID:
AA83755
Publication date:
23 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90511200 Household-refuse collection services Refuse collection services
90513100 Household-refuse disposal services Non-hazardous refuse and waste treatment and disposal services
19600000 Leather, textile, rubber and plastic waste Leather and textile fabrics, plastic and rubber materials
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90530000 Operation of a refuse site Refuse and waste related services
90511400 Paper collecting services Refuse collection services
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
79996100 Records management Business organisation services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
90513300 Refuse incineration services Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services Refuse disposal and treatment
44613700 Refuse skips Large containers
90512000 Refuse transport services Refuse disposal and treatment
34144511 Refuse-collection vehicles Special-purpose motor vehicles
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
19620000 Textile waste Leather, textile, rubber and plastic waste
90511100 Urban solid-refuse collection services Refuse collection services
90513200 Urban solid-refuse disposal services Non-hazardous refuse and waste treatment and disposal 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:
csgprocurement@csltd.org.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.