Tender

SC240015 - Street Sweepings and Highway Mechanical Arisings Processing Services

  • Kent County Council

F02: Contract notice

Notice identifier: 2024/S 000-004699

Procurement identifier (OCID): ocds-h6vhtk-04397c

Published 12 February 2024, 5:10pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Miss Molly Roast

Email

Molly.Roast@kent.gov.uk

Telephone

+44 3000414141

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

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