- Scope of the procurement
- Lot 1. Integrated Waste Management
- Lot 2. General Waste and Recycling
- Lot 3. Clinical, Chemical, Asbestos, Hazardous and Radioactive Waste
- Lot 4. Confidential Waste
- Lot 5. Provision of Wheeled Container including Balers/Compactor
- Lot 6. Waste Disposal Authority (WDA) Household Waste Processing Services
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
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
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/north-wales/
https://www.police.uk/south-wales/
https://www.gov.uk/government/organisations/civil-nuclear-constabulary
Isle of Man
Channel Islands
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
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
East of England Ambulance Service NHS Trust
London Ambulance Service NHS Trust
http://www.londonambulance.nhs.uk
North East Ambulance Service NHS Foundation Trust
North West Ambulance Service NHS Trust
South Central Ambulance Service NHS Foundation Trust http://www.southcentralambulance.nhs.uk
South East Coast Ambulance Service NHS Foundation Trust
South Western Ambulance Service NHS Foundation Trust
West Midlands Ambulance Service NHS Trust
Yorkshire Ambulance Service NHS Trust
Northern Island
http://www.hscni.net/index.php?link=trusts
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
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
Isle of Man
Channel Islands
https://www.gov.je/Home/RentingBuying/OtherRentalOptions/Pages/OtherHousing.aspx
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/
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
Northern Ireland
https://www.charitycommissionni.org.uk/charity-search/
Isle of Man
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