- Scope of the procurement
- 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
Section one: Contracting authority
one.1) Name and addresses
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road
West Malling
ME19 4YT
Telephone
+44 8081685808
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://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
Waste Management Services Y24012
Reference number
Y24012
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
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 Lot 1 to 5 evaluation. The value of this Lot 7 is estimated at a value of £200m.
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: £1 / Highest offer: £950,000,000 taken into consideration
two.2) Description
two.2.1) Title
General Waste and Recycling
Lot No
1
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90511100 - Urban solid-refuse collection services
- 90511200 - Household-refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90513100 - Household-refuse disposal services
- 90513200 - Urban solid-refuse disposal services
- 90513300 - Refuse incineration services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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
two.2.5) Award criteria
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 35
Quality criterion - Name: Customer Service and Account Management / Weighting: 35
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: 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
two.2) Description
two.2.1) Title
Clinical Waste Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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)
two.2.5) Award criteria
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 35
Quality criterion - Name: Customer Service and Account Management / Weighting: 35
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: 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
two.2) Description
two.2.1) Title
Confidential and High Security Waste
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90514000 - Refuse recycling services
- 79996100 - Records management
- 90511400 - Paper collecting services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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.
two.2.5) Award criteria
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 35
Quality criterion - Name: Customer Service and Account Management / Weighting: 35
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: 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
two.2) Description
two.2.1) Title
Textile Waste Recycling
Lot No
4
two.2.2) Additional CPV code(s)
- 19600000 - Leather, textile, rubber and plastic waste
- 19620000 - Textile waste
- 90700000 - Environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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)
two.2.5) Award criteria
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 35
Quality criterion - Name: Customer Service and Account Management / Weighting: 35
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: 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
two.2) Description
two.2.1) Title
Hazardous Waste, Chemical and Radioactive (non-clinical)
Lot No
5
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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.
two.2.5) Award criteria
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 35
Quality criterion - Name: Customer Service and Account Management / Weighting: 35
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: 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
two.2) Description
two.2.1) Title
Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services
Lot No
6
two.2.2) Additional CPV code(s)
- 34144511 - Refuse-collection vehicles
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 90511000 - Refuse collection services
- 90511200 - Household-refuse collection services
- 90513100 - Household-refuse disposal services
- 90513200 - Urban solid-refuse disposal services
- 90514000 - Refuse recycling services
- 90530000 - Operation of a refuse site
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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.
two.2.5) Award criteria
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 35
Quality criterion - Name: Customer Service and Account Management / Weighting: 35
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
Quality criterion - Name: Criterion 4 / Weighting: 10
Cost criterion - Name: 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.1.8) 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: 2024/S 000-029077
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 June 2025
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6
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: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Veolia ES (UK) Limited
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02481991
The contractor is an SME
No
five.2.3) Name and address of the contractor
Recorra Ltd
52 Lant St
London
SE1 1RB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03961507
The contractor is an SME
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
National registration number
05103813
The contractor is an SME
No
five.2.3) Name and address of the contractor
Suez Recycling and Recovery Uk Ltd
Suez House, Grenfell Road
Maidenhead
SL6 1ES
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02291198
The contractor is an SME
No
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00946107
The contractor is an SME
No
five.2.3) Name and address of the contractor
Go Green Ltd
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
04073354
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00505212
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £200,000,000 taken into consideration
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 June 2025
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 6
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: 10
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Veolia ES (UK) Limited
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02481991
The contractor is an SME
No
five.2.3) Name and address of the contractor
Recorra Ltd
52 Lant St
London
SE1 1RB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03961507
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00505212
The contractor is an SME
Yes
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
National registration number
05103813
The contractor is an SME
No
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00946107
The contractor is an SME
No
five.2.3) Name and address of the contractor
Go Green Ltd
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
04073354
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Medisort Limited
Unit A, Fort Road, Littlehampton
West Sussex
BN17 7QU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06856504
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £75,000,000 taken into consideration
Section five. Award of contract
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 June 2025
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6
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: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Veolia ES (UK) Limited
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02481991
The contractor is an SME
No
five.2.3) Name and address of the contractor
Recorra Ltd
52 Lant St
London
SE1 1RB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03961507
The contractor is an SME
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
National registration number
06359628
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00505212
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00946107
The contractor is an SME
No
five.2.3) Name and address of the contractor
Restore Datashred Limited
Unit Q1 Queen Elizabeth Distribution Centre
Essex
RM19 1NA
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09969408
The contractor is an SME
No
five.2.3) Name and address of the contractor
Go Green Ltd
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
04073354
The contractor is an SME
Yes
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
National registration number
05103813
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £100,000,000 taken into consideration
Section five. Award of contract
Lot No
4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 June 2025
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 4
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: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Veolia ES (UK) Limited
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02481991
The contractor is an SME
No
five.2.3) Name and address of the contractor
Recorra Ltd
52 Lant St
London
SE1 1RB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03961507
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00505212
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00946107
The contractor is an SME
No
five.2.3) Name and address of the contractor
Restore Datashred Limited
Unit Q1 Queen Elizabeth Distribution Centre
Essex
RM19 1NA
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09969408
The contractor is an SME
No
five.2.3) Name and address of the contractor
Go Green Ltd
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
04073354
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £50,000,000 taken into consideration
Section five. Award of contract
Lot No
5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 June 2025
five.2.2) Information about tenders
Number of tenders received: 9
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: 9
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Veolia ES (UK) Limited
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02481991
The contractor is an SME
No
five.2.3) Name and address of the contractor
Recorra Ltd
52 Lant St
London
SE1 1RB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03961507
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00505212
The contractor is an SME
Yes
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
National registration number
05103813
The contractor is an SME
No
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00946107
The contractor is an SME
No
five.2.3) Name and address of the contractor
Go Green Ltd
River Torne House, 323 Bawtry Road
Doncaster
DN4 7PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
04073354
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £125,000,000 taken into consideration
Section five. Award of contract
Lot No
6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 June 2025
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Veolia ES (UK) Limited
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02481991
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bywaters (Leyton) Limited
Lea Riverside, Twelvetrees Crescent
London
E3 3JG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00505212
The contractor is an SME
Yes
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
National registration number
05103813
The contractor is an SME
No
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
Coronation Road, Cressex
Buckinghamshire
HP12 3TZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
00946107
The contractor is an SME
No
five.2.3) Name and address of the contractor
N&P Crayford MRF Ltd
Century Wharf, Crayford Creek
Kent
DA1 4QG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
N/A
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £200,000,000 taken into consideration
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=960103722 GO Reference: GO-2025618-PRO-31058432
six.4) Procedures for review
six.4.1) Review body
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road
West Malling
ME19 4YT
Telephone
+44 8081685808
Country
United Kingdom
Internet address
https://www.commercialservices.org.uk/
six.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Telephone
+44 8081685808
Country
United Kingdom