Notice Information
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 2Kent 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 3Kent 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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}