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
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
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
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