Tender

SC22212 - Waste Treatment and/or Final Disposal (WTFD) Services

KENT COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

13 Feb 2023 at 15:44

Summary of the contracting process

The Kent County Council is seeking to enter into a contract for waste treatment and disposal services under contract ID DN626154, focusing on waste from various sources within the region. The procurement is split into 'operational lots' based on regional requirements, with a total estimated volume of up to 60,000 tonnes annually. The deadline for submission is on 15th March 2023, with a potential contract duration of 1080 days. The procurement process falls under the main procurement category of services and employs a selective competitive procedure with negotiation.

This tender opportunity presents businesses in the waste treatment and disposal industry with the chance to secure contracts with Kent County Council. Suitable businesses must have the necessary environmental permits and technical competencies to handle the waste volumes specified. The ability to adhere to UK and EU legislation is crucial. Businesses can bid for individual lots or combinations of lots to provide waste treatment solutions for the council, contributing to environmental sustainability and cost-effective waste management practices.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SC22212 - Waste Treatment and/or Final Disposal (WTFD) Services

Notice Description

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.

Lot Information

Lot 1

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities. The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant's Guidance. The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority's sites to the Supplier's facility/ies. KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill. The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events. The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste - 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum. This contract is split into 'operational lots' based on regional requirements: Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 2 - Mid Kent (Core Waste - 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 3 - East Kent (Core Waste - 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Tenderers can bid for one or all Lots as well as any combination of Lots.

Renewal: Possibility to extend the contract on a plus -12 months, plus - 12 months basis

Lot 2

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities. The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant's Guidance. The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority's sites to the Supplier's facility/ies. KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill. The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events. The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste - 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum. This contract is split into 'operational lots' based on regional requirements: Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 2 - Mid Kent (Core Waste - 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 3 - East Kent (Core Waste - 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Tenderers can bid for one or all Lots as well as any combination of Lots.

Renewal: Possibility to extend the contract on a plus -12 months, plus - 12 months basis

Lot 3

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities. The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant's Guidance. The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority's sites to the Supplier's facility/ies. KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill. The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events. The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste - 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum. This contract is split into 'operational lots' based on regional requirements: Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 2 - Mid Kent (Core Waste - 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 3 - East Kent (Core Waste - 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Tenderers can bid for one or all Lots as well as any combination of Lots.

Renewal: Possibility to extend the contract on a plus -12 months, plus - 12 months basis

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03a53f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004390-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

90510000 - Refuse disposal and treatment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Feb 20233 years ago
Submission Deadline
15 Mar 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
KENT COUNTY COUNCIL
Contact Name
Miss Molly Roast
Contact Email
molly.roast@kent.gov.uk
Contact Phone
+44 3000414141

Buyer Location

Locality
MAIDSTONE
Postcode
ME14 1XQ
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
TLJ4 Kent

Local Authority
Maidstone
Electoral Ward
Penenden Heath
Westminster Constituency
Maidstone and Malling

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03a53f-2023-02-13T15:44:36Z",
    "date": "2023-02-13T15:44:36Z",
    "ocid": "ocds-h6vhtk-03a53f",
    "initiationType": "tender",
    "tender": {
        "id": "DN626154",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SC22212 - Waste Treatment and/or Final Disposal (WTFD) Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90510000",
            "description": "Refuse disposal and treatment"
        },
        "mainProcurementCategory": "services",
        "description": "Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.",
        "lots": [
            {
                "id": "1",
                "description": "Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities. The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant's Guidance. The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority's sites to the Supplier's facility/ies. KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill. The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events. The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste - 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum. This contract is split into 'operational lots' based on regional requirements: Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 2 - Mid Kent (Core Waste - 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 3 - East Kent (Core Waste - 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Tenderers can bid for one or all Lots as well as any combination of Lots.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possibility to extend the contract on a plus -12 months, plus - 12 months basis"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "description": "Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities. The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant's Guidance. The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority's sites to the Supplier's facility/ies. KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill. The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events. The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste - 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum. This contract is split into 'operational lots' based on regional requirements: Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 2 - Mid Kent (Core Waste - 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 3 - East Kent (Core Waste - 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Tenderers can bid for one or all Lots as well as any combination of Lots.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possibility to extend the contract on a plus -12 months, plus - 12 months basis"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "description": "Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities. The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant's Guidance. The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority's sites to the Supplier's facility/ies. KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill. The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events. The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste - 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum. This contract is split into 'operational lots' based on regional requirements: Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 2 - Mid Kent (Core Waste - 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Lot 3 - East Kent (Core Waste - 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum) Tenderers can bid for one or all Lots as well as any combination of Lots.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possibility to extend the contract on a plus -12 months, plus - 12 months basis"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.kentbusinessportal.org.uk/",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-03-15T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-1163",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Maidstone",
                "region": "UKJ4",
                "postalCode": "ME14 1XQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Miss Molly Roast",
                "telephone": "+44 3000414141",
                "email": "Molly.Roast@kent.gov.uk",
                "url": "https://www.kentbusinessportal.org.uk/"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.kent.gov.uk",
                "buyerProfile": "http://www.kent.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1163",
        "name": "Kent County Council"
    },
    "language": "en"
}