Section one: Contracting authority
one.1) Name and addresses
Kent County Council
County Hall
Maidstone
ME14 1XQ
Contact
Miss Molly Roast
Telephone
+44 3000414141
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.kentbusinessportal.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.kentbusinessportal.org.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SC240015 - Street Sweepings and Highway Mechanical Arisings Processing Services
Reference number
DN710982
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
West Kent
Lot No
1
two.2.2) Additional CPV code(s)
- 79723000 - Waste analysis services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mid Kent
Lot No
2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Kent County Council
Kent
Country
United Kingdom