Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Official name: Kent County Council (t/a KCS Professional Services)
Postal address: Head Office, 1 Abbey Wood Group, Kings Hill
Town: West Malling
NUTS code: UK United Kingdom
Postal code: ME19 4YT
Country: United Kingdom
Contact person: Mr Ian Day
E-mail: ian.day@csltd.org.uk
Telephone: +44 1622236697
Internet address(es):
Main address: http://www.commercialservices.org.uk
Address of the buyer profile: http://www.commercialservices.org.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of Waste Management Services Y21003
Reference number: DN484010
II.1.2)Main CPV code
90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contract
Services
II.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.
II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 750 000 000.00 GBP taken into consideration
II.2)Description
II.2.1)Title:
Integrated Waste Management
Lot No: 1
II.2.2)Additional CPV code(s)
90000000 Sewage, refuse, cleaning and environmental services
II.2.3)Place of performance
NUTS code: UK United Kingdom
II.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).
II.2.5)Award criteria
Quality criterion - Name: Quality of service/added value / Weighting: 70
Price - Weighting: 30
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
General Waste and Recycling
Lot No: 2
II.2.2)Additional CPV code(s)
90000000 Sewage, refuse, cleaning and environmental services
II.2.3)Place of performance
NUTS code: UK United Kingdom
II.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).
II.2.5)Award criteria
Quality criterion - Name: Quality of service/added value / Weighting: 70
Price - Weighting: 30
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Clinical, Chemical, Asbestos, Hazardous and Radioactive Waste
Lot No: 3
II.2.2)Additional CPV code(s)
90000000 Sewage, refuse, cleaning and environmental services
II.2.3)Place of performance
NUTS code: UK United Kingdom
II.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 3 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.
II.2.5)Award criteria
Quality criterion - Name: Quality of service/added value / Weighting: 70
Price - Weighting: 30
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Confidential Waste
Lot No: 4
II.2.2)Additional CPV code(s)
90000000 Sewage, refuse, cleaning and environmental services
II.2.3)Place of performance
NUTS code: UK United Kingdom
II.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 2 years; and
— confidential waste is only taken to an authorised facility with the necessary waste licencing.
II.2.5)Award criteria
Quality criterion - Name: Quality of service/added value / Weighting: 70
Price - Weighting: 30
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Provision of Wheeled Container Including Balers/Compactor
Lot No: 5
II.2.2)Additional CPV code(s)
34000000 Transport equipment and auxiliary products to transportation
II.2.3)Place of performance
NUTS code: UK United Kingdom
II.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.
II.2.5)Award criteria
Quality criterion - Name: Quality of service/added value / Weighting: 50
Price - Weighting: 50
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Waste Disposal Authority (WDA) Household Waste Processing Services
Lot No: 6
II.2.2)Additional CPV code(s)
90000000 Sewage, refuse, cleaning and environmental services
II.2.3)Place of performance
NUTS code: UK United Kingdom
II.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.
II.2.5)Award criteria
Quality criterion - Name: Quality of service/added value / Weighting: 100
Price - Weighting: 0
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 123-302668
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: Y21003
Lot No: 1
Title:
Integrated Waste Management
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Viridor Waste Management Ltd
Postal address: Viridor House Priory Bridge Road
Town: Taunton
NUTS code: UK United Kingdom
Postal code: TA1 1AP
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 1
Title:
Integrated Waste Management
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: CountryStyle Recycling Ltd
Postal address: Ridham Dock Road Iwade
Town: Sittingbourne
NUTS code: UK United Kingdom
Postal code: ME9 8SR
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 2
Title:
General Waste and Recycling
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: CountryStyle Recycling Ltd
Postal address: Ridham Dock Road Iwade
Town: Sittingbourne
NUTS code: UK United Kingdom
Postal code: ME9 8SR
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 2
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Viridor Waste Management Ltd
Postal address: Viridor House Priory Bridge Road
Town: Taunton
NUTS code: UK United Kingdom
Postal code: TA1 1AP
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 2
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: SUEZ t/a Recycling and Recover UK Ltd
Postal address: Suez House Grenfell Road
Town: Maidenhead
NUTS code: UK United Kingdom
Postal code: SL6 1ES
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 3
Title:
Clinical, Chemical, Asbestos, Hazardous and Radioactive Waste
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Tradebe Healthcare National Ltd
Postal address: Atlas House Third Avenue Globe Park
Town: Marlow
NUTS code: UK United Kingdom
Postal code: SL7 1EY
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 75 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 3
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Medisort Ltd
Postal address: Unit A Fort Road
Town: Littlehampton
NUTS code: UK United Kingdom
Postal code: BN17 7QU
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 75 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 4
Title:
Confidential Waste
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Shred Station Ltd
Postal address: Osborne House Wendover Road
Town: Norwich
NUTS code: UK United Kingdom
Postal code: NR13 6LH
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 4
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Restore Datashred Ltd
Postal address: Unit 1 Queen Elizabeth Distribution Centre
Town: Purfleet
NUTS code: UK United Kingdom
Postal code: RM19 1NA
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 4
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: CountryStyle Recycling Ltd
Postal address: Ridham Dock Road Iwade
Town: Sittingbourne
NUTS code: UK United Kingdom
Postal code: ME9 8SR
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 5
Title:
Waste Disposal Authority (WDA) Household Waste Processing Services
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Thetford International Compactors Ltd
Postal address: Rymer Point Bury Road
Town: Thetford
NUTS code: UK United Kingdom
Postal code: IP24 2PN
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 50 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 6
Title:
Collection and Processing of HWRC Waste
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Viridor Waste Management Ltd
Postal address: Viridor House Priory Bridge Road
Town: Taunton
NUTS code: UK United Kingdom
Postal code: TA1 1AP
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 6
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: SUEZ t/a Recycling and Recover UK Ltd
Postal address: Suez House Grenfell Road
Town: Maidenhead
NUTS code: UK United Kingdom
Postal code: SL6 1es
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 6
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Salvation Army Trading Company Ltd
Postal address: 66-78 Denington Road Denington Industrial Estate
Town: Wellingborough
NUTS code: UK United Kingdom
Postal code: NN8 2QH
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 6
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Hope Farm Ltd
Postal address: Crete Road East
Town: Folkestone
NUTS code: UK United Kingdom
Postal code: CT18 7EG
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 6
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: CountryStyle Recycling Ltd
Postal address: Ridham Dock Road Iwade
Town: Sittingbourne
NUTS code: UK United Kingdom
Postal code: ME9 8SR
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: Y21003
Lot No: 6
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/03/2021
V.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
V.2.3)Name and address of the contractor
Official name: Bywaters (Leyton) Ltd
Postal address: Unit J Twelvetrees Crescent
Town: London
NUTS code: UK United Kingdom
Postal code: E3 3JG
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Lowest offer: 0.10 GBP / Highest offer: 100 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
Member Authorities that have expressed interest in accessing the framework agreement from the outset are:
• Kent County Council;
• Essex County Council;
• Buckinghamshire County Council.
Other public bodies will have access to this framework agreement but may only do so with the agreement of the contracting authority. Those organisations who may wish to access this framework agreement will be members, affiliates and associates of the CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.
The framework agreement will also be open for use by all other local authorities and public sector bodies. Full details of the classification of potential participating authorities and customer’s geographical areas and organisation classifications are detailed as follows:
Local authority councils:
England:
County, Unitary, District, Borough, and Metropolitan Councils. (Parish and Community Councils are also permissible users). See link:
https://www.registers.service.gov.uk/registers
https://www.local.gov.uk/topics
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
Northern Ireland: Administered across 26 Districts of Northern Ireland. See link:
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
Scotland: Administered across 32 Council areas. See link:
http://www.cosla.gov.uk/scottish-local-government
Wales: Administered across 22 Council areas. See link:
http://wales.gov.uk/topics/localgovernment/?skip=1andlang=en
Isle of Man: Administered across 22 local authorities, consisting of 4 town authorities, 2 district authorities, 2 village authorities, and 14 parish authorities.
https://www.gov.im/categories/home-and-neighbourhood/local-authorities/local-authority-contacts/
Channel Islands:
https://www.gov.je/Government/Departments/Pages/default.aspx
https://www.gov.gg/article/152949/Government-Departments
Emergency services:
Police:
National
https://www.btp.police.uk/
http://www.mod.police.uk
http://www.npas.police.uk/
England
http://www.police.uk/forces.htm
https://www.gov.uk/government/organisations/civil-nuclear-constabulary
Northern Island
https://www.police.uk/northern-ireland/
Scotland
http://www.scotland.police.uk/
https://www.gov.uk/government/organisations/civil-nuclear-constabulary
Wales
https://www.police.uk/dyfed-powys/
https://www.police.uk/gwent/
https://www.police.uk/north-wales/
https://www.police.uk/south-wales/
https://www.gov.uk/government/organisations/civil-nuclear-constabulary
Isle of Man
https://www.iompolice.im/
Channel Islands
https://jersey.police.uk/
http://www.guernsey.police.uk/
Fire and Rescue
UK – England, Scotland, Northern Ireland, Wales, IOM
http://www.fireservice.co.uk/information/ukfrs/
https://www.ukfirestations.co.uk/brigades
Channel Islands
https://www.gov.je/Government/Departments/HomeAffairs/Pages/default.aspx
maritime and Coastguard Agency
UK – England, Scotland, Northern Ireland, Wales, IOM
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening
Isle of Man
https://www.gov.im/coastguard
Channel Islands
http://www.ports.je/JerseyCoastguard/Pages/default.aspx
http://www.harbours.gg/guernsey-coastguard-rnli
NHS/Health Bodies and Ambulance Services:
England
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
East Midlands Ambulance Service NHS Trust
http://www.emas.nhs.uk
East of England Ambulance Service NHS Trust
http://www.eastamb.nhs.uk
London Ambulance Service NHS Trust
http://www.londonambulance.nhs.uk
North East Ambulance Service NHS Foundation Trust
http://www.neas.nhs.uk
North West Ambulance Service NHS Trust
http://www.nwas.nhs.uk
South Central Ambulance Service NHS Foundation Trust http://www.southcentralambulance.nhs.uk
South East Coast Ambulance Service NHS Foundation Trust
http://www.secamb.nhs.uk
South Western Ambulance Service NHS Foundation Trust
http://www.swast.nhs.uk
West Midlands Ambulance Service NHS Trust
http://www.wmas.nhs.uk
Yorkshire Ambulance Service NHS Trust
http://www.yas.nhs.uk
Northern Island
http://www.hscni.net/index.php?link=trusts
http://www.niamb.co.uk/
Scotland
http://www.show.scot.nhs.uk/organisations/index.aspx
http://www.scottishambulance.com/AboutUs/HowWeOrganised.aspx
Wales
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://www.ambulance.wales.nhs.uk/
Isle of Man
https://www.gov.im/about-the-government/departments/health-and-social-care/
https://www.gov.im/categories/health-and-wellbeing/isle-of-man-ambulance-service/
Channel Islands
https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx
https://www.gov.gg/article/119652/Health-Social-Care--Wellbeing
https://www.gov.je/pages/contacts.aspx?contactid=87
https://stjohn.gg/
Central Government Departments and their Agencies:
http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
registered social landlords:
Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
England
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Scotland
http://directory.scottishhousingregulator.gov.uk/pages/default.aspx
Northern Ireland
https://www.nidirect.gov.uk/contacts/housing-associations
Wales
http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Isle of Man
https://www.gov.im/categories/home-and-neighbourhood/affordable-housing/public-sector-housing/housing-authority-contacts/
Channel Islands
https://www.gov.je/Home/RentingBuying/OtherRentalOptions/Pages/OtherHousing.aspx
http://www.gha.gg/
Educational Establishments:
Nursery, primary, middle or high schools, secondary schools, Academies, free schools, special schools, Pupil Referral Units (PRU), further education colleges, universities.
UK – England, Scotland, Northern Ireland, Wales
http://www.schoolswebdirectory.co.uk/index.php
http://www.ukschoolsdirectory.net/
https://get-information-schools.service.gov.uk/
www.hefce.ac.uk
http://www.universitiesuk.ac.uk/aboutus/members/Pages/default.aspx
Isle of Man
https://www.gov.im/categories/education-training-and-careers/schools-and-colleges/
Channel Islands
https://www.gov.je/Education/Schools/FindingSchool/Pages/default.aspx
https://www.gov.gg/article/163185/Education-Working--Retiring
Charities
England and Wales
https://www.gov.uk/government/organisations/charity-commission
Scotland
http://www.oscr.org.uk/
Northern Ireland
https://www.charitycommissionni.org.uk/charity-search/
Isle of Man
https://www.gov.im/categories/home-and-neighbourhood/charities/index-of-registered-charities-and-departmental-information/
Channel Islands
http://www.jerseycharities.org/members
http://www.charity.org.gg/Find
Suppliers are advised that the contracting authority, its affiliates and/or participating authorities, reserve the right to supply the tendered products, Services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the framework agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations.
The contracting authority shall be Kent County Council via KCS professional services, a business unit of commercial services, which is a wholly owned business of the Council.
VI.4)Procedures for review
VI.4.1)Review body
Official name: Commercial Services Kent Ltd
Postal address: 1 Abbey Wood Road, Kings Hill
Town: West Malling
Postal code: ME19 4YT
Country: United Kingdom
VI.5)Date of dispatch of this notice:
24/03/2021