Contract

Supply of Waste Management Services Y21003

  • Kent County Council (t/a KCS Professional Services)

F03: Contract award notice

Notice identifier: 2021/S 000-005998

Procurement identifier (OCID): ocds-h6vhtk-029ee0

Published 24 March 2021, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council (t/a KCS Professional Services)

Head Office, 1 Abbey Wood Group, Kings Hill

West Malling

ME19 4YT

Contact

Mr Ian Day

Email

ian.day@csltd.org.uk

Telephone

+44 1622236697

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.commercialservices.org.uk

Buyer's address

http://www.commercialservices.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Supply of Waste Management Services Y21003

Reference number

DN484010

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The framework agreement covers the provision of comprehensive and innovative waste solutions and suppliers

will be expected to proactively assist in attempts to reduce the quantities of waste sent to landfill and achieve

recycling targets. This is in line with the revised Waste (England and Wales) Regulations 2011 that prioritise the

waste hierarchy.

Waste management services requirements include, but are not limited to, the following:

— integrated waste management;

— general waste and recycling;

— clinical, chemical, hazardous and radioactive waste;

— confidential waste;

— supply of wheelie bins including compactors/balers;

— Waste Disposal Authority (WDA) Household Waste Processing

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £0.1 / Highest offer: £750,000,000 taken into consideration

two.2) Description

two.2.1) Title

Integrated Waste Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Integrated waste management combines a variety of strategies for both waste management and waste

reduction. Some common examples that are involved in integrated waste management include waste reduction

methods, energy recovery, reusing, recycling, composting and as a last resort landfill.

We require suppliers to provide customers/participating authorities with strategies on how to manage their

integrated waste management ensuring minimal waste is sent to landfill sites.

Tenderers must have the capability to provide a wide range of waste management services, both scheduled

and/or ad-hoc for schools and the wider public sector including, but not limited to:

— collection, disposal and treatment of:

• bin bag/sacks;

• wheelie bins (various sizes – collection and delivery);

— skips Front End Loading (FEL) and Rear End Loading (REL);

— roll-on-roll-off containers;

— kerb-side;

— bulk waste;

— fly tipping (removal).

two.2.5) Award criteria

Quality criterion - Name: Quality of Service/Added Value / Weighting: 70

Price - Weighting: 30

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

General Waste and Recycling

Lot No

2

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

General waste, also called residual waste, is material from businesses and households that cannot be recycled.

It includes materials such as non-recyclable plastics, polythene, some packaging and kitchen scraps.

Historically, this waste has invariable been disposed of in landfill sites and general waste is still disposed of this

way. However, advances in technology now mean that there are several alternative ways of dealing with general

waste, which can ensure that value – usually in the form of energy – is recovered from it.

As well as household waste recycling centres, suppliers would also be required to assist with the management

of Closed Landfill Sites as well as other infrastructure. Skills for this will include but not limited to civil,

mechanical and electrical waste related.

We require suppliers to provide customers/participating authorities with general waste and recycling services

ensuring minimal waste is sent to landfill sites.

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:

• bin bag/sacks;

• wheelie bins (various sizes – collection and delivery);

— skips Front End Loading (FEL) and Rear End Loading (REL);

— roll-on-roll-off containers;

— kerb-Side;

— bulk waste;

— fly tipping (removal).

two.2.5) Award criteria

Quality criterion - Name: Quality of Service/Added Value / Weighting: 70

Price - Weighting: 30

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

Clinical, Chemical, Asbestos, Hazardous and Radioactive Waste

Lot No

3

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Clinical waste is defined as hazardous waste that is generated by the healthcare sector. Clinical waste is highly

regulated to prevent harm to human health and the environment.

A hazardous waste consignment note (HWCN) is a document that details the transfer of hazardous waste

from one person to another. The hazardous waste transfer note forms part of the waste duty of care. A note is

needed for all movement of hazardous waste, including:

— collection from businesses by registered waste carriers;

— movements from one premises to another within the same business;

— movements from customer premises, where another business has produced waste.

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/participating authorities with a clinical, chemical, asbestos,

hazardous 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 clinical, chemical, asbestos, hazardous and

radioactive waste services, both scheduled and/or ad-hoc for schools and the wider public sector

two.2.5) Award criteria

Quality criterion - Name: Quality of Service/Added Value / Weighting: 70

Price - Weighting: 30

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

Confidential Waste

Lot No

4

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Any business that produces, handles or disposes of confidential waste is legally required to ensure it is

managed correctly under Duty of Care Legislation.

The disposal of confidential waste is governed by the Waste Regulations 2011 and the Law requires:

— waste to be stored correctly i.e. it must be properly contained;

— only registered waste carriers collect waste;

— collections to be covered by a valid waste transfer note that includes key details;

— copies of transfer notes for confidential waste to be retained for 2years; and

— confidential waste is only taken to an authorised facility with the necessary waste licencing.

two.2.5) Award criteria

Quality criterion - Name: Quality of Service/Added Value / Weighting: 70

Price - Weighting: 30

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

Provision of Wheeled Container including Balers/Compactor

Lot No

5

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

We require suppliers to provide customers/participating authorities with wheeled containers including balers and

compactors, for schools and the wider public sector.

All plastic wheeled bins must be constructed and conform to the following specification:

— meet EN840 1-6 standard (suppliers/providers to provide copies of current certification);

— manufactured in accordance with BS EN ISO 9002 quality standard;

— plastic wheeled bins with two wheels should conform to British Standard BS EN 840: 1997. These waste

containers are easy to transport.

two.2.5) Award criteria

Quality criterion - Name: Quality of Service/Added Value / Weighting: 50

Price - Weighting: 50

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

Waste Disposal Authority (WDA) Household Waste Processing Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The goods and services required for lot 6 are in line with those stipulated in Lots 1, 2, 3, 4 and 5 of the

framework agreement.

Tenderers must have the capability to provide waste processing services on behalf of local authorities

responsible for the disposal of household waste under the Environmental Protection Act 1990.

These authorities are responsible for the disposal of household waste that is both collected from the kerbside

and deposited by the public at Household Waste Recycling Centres.

This lot 6 is split into two sub-categories:

Lot 6a: Collection and processing of HWRC Waste (or Household Waste from Transfer Station);

Lot 6b: Processing of HWRC Waste delivered to the Supplier's Waste Processing Facility.

two.2.5) Award criteria

Quality criterion - Name: Quality of Service/Added Value / Weighting: 100

Price - Weighting: 0

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

Open procedure

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

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 123-302668


Section five. Award of contract

Contract No

Y21003

Lot No

1

Title

Integrated Waste Management

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Viridor Waste Management Ltd

Viridor House  Priory Bridge Road

Taunton

TA1 1AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

1

Title

Integrated Waste Management

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CountryStyle Recycling Ltd

Ridham Dock Road Iwade

Sittingbourne

ME9 8SR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

2

Title

General Waste and Recycling

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CountryStyle Recycling Ltd

Ridham Dock Road Iwade

Sittingbourne

ME9 8SR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Viridor Waste Management Ltd

Viridor House  Priory Bridge Road

Taunton

TA1 1AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SUEZ t/a Recycling and Recover UK Ltd

Suez House  Grenfell Road

Maidenhead

SL6 1ES

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

3

Title

Clinical, Chemical, Asbestos, Hazardous and Radioactive Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Tradebe Healthcare National Ltd

Atlas House Third Avenue Globe Park

Marlow

SL7 1EY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £75,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Medisort Ltd

Unit A Fort Road

Littlehampton

BN17 7QU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £75,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

4

Title

Confidential Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Shred Station Ltd

Osborne House Wendover Road

Norwich

NR13 6LH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Restore Datashred Ltd

Unit 1 Queen Elizabeth Distribution Centre

Purfleet

RM19 1NA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CountryStyle Recycling Ltd

Ridham Dock Road Iwade

Sittingbourne

ME9 8SR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

5

Title

Waste Disposal Authority (WDA) Household Waste Processing Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Thetford International Compactors Ltd

Rymer Point Bury Road

Thetford

IP24 2PN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £50,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

6

Title

Collection and Processing of HWRC Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other 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: No

five.2.3) Name and address of the contractor

Viridor Waste Management Ltd

Viridor House Priory Bridge Road

Taunton

TA1 1AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other 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: No

five.2.3) Name and address of the contractor

SUEZ t/a Recycling and Recover UK Ltd

Suez House  Grenfell Road

Maidenhead

SL6 1es

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other 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: No

five.2.3) Name and address of the contractor

Salvation Army Trading Company Ltd

66-78 Denington Road Denington Industrial Estate

Wellingborough

NN8 2QH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other 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: No

five.2.3) Name and address of the contractor

Hope Farm Ltd

Crete Road East

Folkestone

CT18 7EG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other 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: No

five.2.3) Name and address of the contractor

CountryStyle Recycling Ltd

Ridham Dock Road Iwade

Sittingbourne

ME9 8SR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section five. Award of contract

Contract No

Y21003

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other 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: No

five.2.3) Name and address of the contractor

Bywaters (Leyton) Ltd

Unit J Twelvetrees Crescent

London

E3 3JG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £0.1 / Highest offer: £100,000,000 taken into consideration


Section six. Complementary information

six.3) Additional information

Member Authorities that have expressed interest in accessing the Framework Agreement from the outset are:

Kent County Council

Essex County Council

Buckinghamshire County Council

Other public bodies will have access to this Framework Agreement but may only do so with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, affiliates and associates of the CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.

The Framework Agreement will also be open for use by all other local authorities and public sector bodies. Full details of the classification of potential Participating Authorities and Customer’s geographical areas and organisation classifications are detailed as follows:

LOCAL AUTHORITY COUNCILS:

England:

County, Unitary, District, Borough, and Metropolitan Councils. (Parish and Community Councils are also permissible users). See link:

https://www.registers.service.gov.uk/registers

https://www.local.gov.uk/topics

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

Northern Ireland: Administered across 26 Districts of Northern Ireland. See link:

http://www.nidirect.gov.uk/local-councils-in-northern-ireland

Scotland: Administered across 32 Council areas. See link:

http://www.cosla.gov.uk/scottish-local-government

Wales: Administered across 22 Council areas. See link:

http://wales.gov.uk/topics/localgovernment/?skip=1andlang=en

Isle of Man: Administered across 22 local authorities, consisting of 4 town authorities, 2 district authorities, 2 village authorities, and 14 parish authorities.

https://www.gov.im/categories/home-and-neighbourhood/local-authorities/local-authority-contacts/

Channel Islands:

https://www.gov.je/Government/Departments/Pages/default.aspx

https://www.gov.gg/article/152949/Government-Departments

EMERGENCY SERVICES:

POLICE:

National

https://www.btp.police.uk/

http://www.mod.police.uk

http://www.npas.police.uk/

England

http://www.police.uk/forces.htm

https://www.gov.uk/government/organisations/civil-nuclear-constabulary

Northern Island

https://www.police.uk/northern-ireland/

Scotland

http://www.scotland.police.uk/

https://www.gov.uk/government/organisations/civil-nuclear-constabulary

Wales

https://www.police.uk/dyfed-powys/

https://www.police.uk/gwent/

https://www.police.uk/north-wales/

https://www.police.uk/south-wales/

https://www.gov.uk/government/organisations/civil-nuclear-constabulary

Isle of Man

https://www.iompolice.im/

Channel Islands

https://jersey.police.uk/

http://www.guernsey.police.uk/

FIRE and RESCUE

UK – England, Scotland, Northern Ireland, Wales, IOM

http://www.fireservice.co.uk/information/ukfrs/

https://www.ukfirestations.co.uk/brigades

Channel Islands

https://www.gov.je/Government/Departments/HomeAffairs/Pages/default.aspx

MARITIME AND COASTGUARD AGENCY

UK – England, Scotland, Northern Ireland, Wales, IOM

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening

Isle of Man

https://www.gov.im/coastguard

Channel Islands

http://www.ports.je/JerseyCoastguard/Pages/default.aspx

http://www.harbours.gg/guernsey-coastguard-rnli

NHS/HEALTH BODIES AND AMBULANCE SERVICES:

England

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

East Midlands Ambulance Service NHS Trust

http://www.emas.nhs.uk

East of England Ambulance Service NHS Trust

http://www.eastamb.nhs.uk

London Ambulance Service NHS Trust

http://www.londonambulance.nhs.uk

North East Ambulance Service NHS Foundation Trust

http://www.neas.nhs.uk

North West Ambulance Service NHS Trust

http://www.nwas.nhs.uk

South Central Ambulance Service NHS Foundation Trust http://www.southcentralambulance.nhs.uk

South East Coast Ambulance Service NHS Foundation Trust

http://www.secamb.nhs.uk

South Western Ambulance Service NHS Foundation Trust

http://www.swast.nhs.uk

West Midlands Ambulance Service NHS Trust

http://www.wmas.nhs.uk

Yorkshire Ambulance Service NHS Trust

http://www.yas.nhs.uk

Northern Island

http://www.hscni.net/index.php?link=trusts

http://www.niamb.co.uk/

Scotland

http://www.show.scot.nhs.uk/organisations/index.aspx

http://www.scottishambulance.com/AboutUs/HowWeOrganised.aspx

Wales

http://www.wales.nhs.uk/nhswalesaboutus/structure

https://www.ambulance.wales.nhs.uk/

Isle of Man

https://www.gov.im/about-the-government/departments/health-and-social-care/

https://www.gov.im/categories/health-and-wellbeing/isle-of-man-ambulance-service/

Channel Islands

https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx

https://www.gov.gg/article/119652/Health-Social-Care--Wellbeing

https://www.gov.je/pages/contacts.aspx?contactid=87

https://stjohn.gg/

CENTRAL GOVERNMENT DEPARTMENTS AND THEIR AGENCIES:

http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm

REGISTERED SOCIAL LANDLORDS:

Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.

England

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Scotland

http://directory.scottishhousingregulator.gov.uk/pages/default.aspx

Northern Ireland

https://www.nidirect.gov.uk/contacts/housing-associations

Wales

http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Isle of Man

https://www.gov.im/categories/home-and-neighbourhood/affordable-housing/public-sector-housing/housing-authority-contacts/

Channel Islands

https://www.gov.je/Home/RentingBuying/OtherRentalOptions/Pages/OtherHousing.aspx

http://www.gha.gg/

EDUCATIONAL ESTABLISHMENTS:

Nursery, primary, middle or high schools, secondary schools, Academies, free schools, special schools, Pupil Referral Units (PRU), further education colleges, universities.

UK – England, Scotland, Northern Ireland, Wales

http://www.schoolswebdirectory.co.uk/index.php

http://www.ukschoolsdirectory.net/

https://get-information-schools.service.gov.uk/

www.hefce.ac.uk

http://www.universitiesuk.ac.uk/aboutus/members/Pages/default.aspx

Isle of Man

https://www.gov.im/categories/education-training-and-careers/schools-and-colleges/

Channel Islands

https://www.gov.je/Education/Schools/FindingSchool/Pages/default.aspx

https://www.gov.gg/article/163185/Education-Working--Retiring

CHARITIES

England and Wales

https://www.gov.uk/government/organisations/charity-commission

Scotland

http://www.oscr.org.uk/

Northern Ireland

https://www.charitycommissionni.org.uk/charity-search/

Isle of Man

https://www.gov.im/categories/home-and-neighbourhood/charities/index-of-registered-charities-and-departmental-information/

Channel Islands

http://www.jerseycharities.org/members

http://www.charity.org.gg/Find

Suppliers are advised that the Contracting Authority, its Affiliates and/or Participating Authorities, reserve the right to supply the Tendered products, Services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Framework Agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations.

The Contracting Authority shall be Kent County Council via KCS Professional Services, a business unit of Commercial Services, which is a wholly owned business of the Council.

six.4) Procedures for review

six.4.1) Review body

Commercial Services Kent Ltd

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4Yt

Country

United Kingdom