Commercial Services has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Waste Management Services Y24012 |
Notice type: | Contract Award Notice |
Authority: | Commercial Services |
Nature of contract: | Services |
Procedure: | Open |
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. |
Published: | 18/06/2025 17:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Main Address: https://www.commercialservices.org.uk/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Waste Management Services Y24012
Reference number: Y24012
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: 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.
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: 1 / Highest offer:950,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:General Waste and Recycling
Lot No:1
II.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.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.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
II.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
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Clinical Waste Services
Lot No:2
II.2.2) Additional CPV code(s):
90524100 - Clinical-waste collection services.
90524200 - Clinical-waste disposal services.
90510000 - Refuse disposal and treatment.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.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)
II.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
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: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Confidential and High Security Waste
Lot No:3
II.2.2) Additional CPV code(s):
90500000 - Refuse and waste related services.
90514000 - Refuse recycling services.
79996100 - Records management.
90511400 - Paper collecting services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.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.
II.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
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: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Textile Waste Recycling
Lot No:4
II.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.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.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)
II.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
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: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Hazardous Waste, Chemical and Radioactive (non-clinical)
Lot No:5
II.2.2) Additional CPV code(s):
90510000 - Refuse disposal and treatment.
90520000 - Radioactive-, toxic-, medical- and hazardous waste services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.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.
II.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
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: Not Provided
II.2) Description (lot no. 6)
II.2.1) Title:Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services
Lot No:6
II.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.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.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.
II.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
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2024/S 000-029077
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/06/2025
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Veolia ES (UK) Limited, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Recorra Ltd, 03961507
52 Lant St, London, SE1 1RB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Countrystyle Recycling Ltd, 05103813
Ridham Dock Road, Iwade, Sittingbourne, ME9 8SR, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Suez Recycling and Recovery Uk Ltd, 02291198
Suez House, Grenfell Road, Maidenhead, SL6 1ES, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Biffa Waste Services Ltd, 00946107
Coronation Road, Cressex, Buckinghamshire, HP12 3TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Go Green Ltd, 04073354
River Torne House, 323 Bawtry Road, Doncaster, DN4 7PB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Bywaters (Leyton) Limited, 00505212
Lea Riverside, Twelvetrees Crescent, London, E3 3JG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 200,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/06/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Veolia ES (UK) Limited, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Recorra Ltd, 03961507
52 Lant St, London, SE1 1RB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Bywaters (Leyton) Limited, 00505212
Lea Riverside, Twelvetrees Crescent, London, E3 3JG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Countrystyle Recycling Ltd, 05103813
Ridham Dock Road, Iwade, Sittingbourne, ME9 8SR, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Biffa Waste Services Ltd, 00946107
Coronation Road, Cressex, Buckinghamshire, HP12 3TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Go Green Ltd, 04073354
River Torne House, 323 Bawtry Road, Doncaster, DN4 7PB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Medisort Limited, 06856504
Unit A, Fort Road, Littlehampton, West Sussex, BN17 7QU, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 75,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/06/2025
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Veolia ES (UK) Limited, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Recorra Ltd, 03961507
52 Lant St, London, SE1 1RB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Shred Station Ltd, 06359628
Osborne House, Wendover Road, Norwich, NR13 6LH, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Bywaters (Leyton) Limited, 00505212
Lea Riverside, Twelvetrees Crescent, London, E3 3JG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Biffa Waste Services Ltd, 00946107
Coronation Road, Cressex, Buckinghamshire, HP12 3TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Restore Datashred Limited, 09969408
Unit Q1 Queen Elizabeth Distribution Centre, Essex, RM19 1NA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
Go Green Ltd, 04073354
River Torne House, 323 Bawtry Road, Doncaster, DN4 7PB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Countrystyle Recycling Ltd, 05103813
Ridham Dock Road, Iwade, Sittingbourne, ME9 8SR, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 100,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/06/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Veolia ES (UK) Limited, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Recorra Ltd, 03961507
52 Lant St, London, SE1 1RB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Bywaters (Leyton) Limited, 00505212
Lea Riverside, Twelvetrees Crescent, London, E3 3JG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Biffa Waste Services Ltd, 00946107
Coronation Road, Cressex, Buckinghamshire, HP12 3TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Restore Datashred Limited, 09969408
Unit Q1 Queen Elizabeth Distribution Centre, Essex, RM19 1NA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Go Green Ltd, 04073354
River Torne House, 323 Bawtry Road, Doncaster, DN4 7PB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/06/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Veolia ES (UK) Limited, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Recorra Ltd, 03961507
52 Lant St, London, SE1 1RB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Bywaters (Leyton) Limited, 00505212
Lea Riverside, Twelvetrees Crescent, London, E3 3JG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Countrystyle Recycling Ltd, 05103813
Ridham Dock Road, Iwade, Sittingbourne, ME9 8SR, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Biffa Waste Services Ltd, 00946107
Coronation Road, Cressex, Buckinghamshire, HP12 3TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Go Green Ltd, 04073354
River Torne House, 323 Bawtry Road, Doncaster, DN4 7PB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 125,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/06/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Veolia ES (UK) Limited, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Bywaters (Leyton) Limited, 00505212
Lea Riverside, Twelvetrees Crescent, London, E3 3JG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Countrystyle Recycling Ltd, 05103813
Ridham Dock Road, Iwade, Sittingbourne, ME9 8SR, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Biffa Waste Services Ltd, 00946107
Coronation Road, Cressex, Buckinghamshire, HP12 3TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
N&P Crayford MRF Ltd, N/A
Century Wharf, Crayford Creek, Kent, DA1 4QG, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 200,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=960103722
VI.4) Procedures for review
VI.4.1) Review body
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Internet address: https://www.commercialservices.org.uk/
VI.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Internet address: https://www.commercialservices.org.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 18/06/2025