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

Waste Management Services Y24012

  • First published: 15 September 2024
  • Last modified: 15 September 2024
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0499e4
Published by:
Kent County Council (t/a Procurement Services)
Authority ID:
AA83755
Publication date:
15 September 2024
Deadline date:
21 October 2024
Notice type:
Contract 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 of Lot 1 to 5 evaluation.

The value of this Lot 7 is estimated at a value of £200m.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council (T/A Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

UK

Contact person: Tamara Stevens

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.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Sewage-%2C-refuse-%2C-cleaning-%2C-and-environmental-services./8H96P72W22


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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 of Lot 1 to 5 evaluation.

The value of this Lot 7 is estimated at a value of £200m.

II.1.5) Estimated total value

Value excluding VAT: 950 000 000.00  GBP

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

General Waste and Recycling

II.2.2) Additional CPV code(s)

44613700

90500000

90510000

90511000

90511100

90511200

90512000

90513000

90513100

90513200

90514000

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

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

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

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

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

II.2.6) Estimated value

Value excluding VAT: 75 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

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

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

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

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

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

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

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

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

II.2.6) Estimated value

Value excluding VAT: 125 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

Lot No: 6

II.2.1) Title

Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services

II.2.2) Additional CPV code(s)

90511200

90513100

90000000

90500000

90510000

90513200

90511000

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

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

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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: 21/10/2024

Local time: 14:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 21/10/2024

Local time: 14:15

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Sewage-%2C-refuse-%2C-cleaning-%2C-and-environmental-services./8H96P72W22

To respond to this opportunity, please click here:

https://csg.delta-esourcing.com/respond/8H96P72W22

GO Reference: GO-2024911-PRO-27666650

VI.4) Procedures for review

VI.4.1) Review body

Commercial Services Kent Limited

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

UK

E-mail: csgprocurement@csltd.org.uk

Internet address(es)

URL: 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

E-mail: csgprocurement@csltd.org.uk

Internet address(es)

URL: www.commercialservices.org.uk

VI.5) Date of dispatch of this notice

11/09/2024

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
90514000 Refuse recycling services Refuse disposal and treatment
44613700 Refuse skips Large containers
90512000 Refuse transport services Refuse disposal and treatment
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.