SC240015 - Street Sweepings and Highway Mechanical Arisings Processing Services (Ангилья - Тендер #51356219) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51356219 Дата публикации: 13-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
Kent County Council
County Hall
Maidstone
ME14 1XQ
UK
Contact person: Miss Molly Roast
Telephone: +44 3000414141
E-mail: Molly.Roast@kent.gov.uk
NUTS: UKJ4
Internet address(es)
Main address: http://www.kent.gov.uk
Address of the buyer profile: http://www.kent.gov.uk
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.kentbusinessportal.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.kentbusinessportal.org.uk/
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleSC240015 - Street Sweepings and Highway Mechanical Arisings Processing Services
Reference number: DN710982
II.1.2) Main CPV code90500000
II.1.3) Type of contractServices
II.1.4) Short descriptionAs a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.
KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.
The Provider will be required to have in place:
• a waste processing facility with appropriate permitting and planning permissions;
• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);
• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and
• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.
The overall estimated volume for this contract is circa. 11,000 tonnes per annum.
This contract is split into "operational lots" based on regional requirements:
Lot 1 - West Kent (circa. 3,550 tonnes per annum)
Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)
Lot 3 – East Kent (circa. 4,200 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleWest Kent
II.2.2) Additional CPV code(s)79723000
90000000
90500000
90700000
II.2.3) Place of performanceNUTS code:
UKJ4
II.2.4) Description of the procurementAs a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.
KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.
The Provider will be required to have in place:
• a waste processing facility with appropriate permitting and planning permissions;
• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);
• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and
• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.
The overall estimated volume for this contract is circa. 11,000 tonnes per annum.
This contract is split into "operational lots" based on regional requirements:
Lot 1 - West Kent (circa. 3,550 tonnes per annum)
Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)
Lot 3 – East Kent (circa. 4,200 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Contract may be extended for a period of up to 24 months.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleMid Kent
II.2.2) Additional CPV code(s)90000000
90700000
II.2.3) Place of performanceNUTS code:
UKJ4
II.2.4) Description of the procurementAs a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.
KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.
The Provider will be required to have in place:
• a waste processing facility with appropriate permitting and planning permissions;
• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);
• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and
• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.
The overall estimated volume for this contract is circa. 11,000 tonnes per annum.
This contract is split into "operational lots" based on regional requirements:
Lot 1 - West Kent (circa. 3,550 tonnes per annum)
Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)
Lot 3 – East Kent (circa. 4,200 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Contract may be extended for a period of up to 24 months.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.2) Additional CPV code(s)90000000
90500000
II.2.3) Place of performanceNUTS code:
UKJ4
II.2.4) Description of the procurementAs a Waste Disposal Authority, Kent County Council has a statutory responsibility to dispose of waste collected by the Waste Collection Authorities, of which includes Street Sweepings (“SS”) and Highway Mechanical Arisings ("HMA") collected by a street sweeper vehicle.
KCC requires new supply arrangements for the processing and disposal of SS and HMA, with the new services commencing on 1 June 2024.
The Provider will be required to have in place:
• a waste processing facility with appropriate permitting and planning permissions;
• an electronic weighbridge for the weighing-in of material delivered to their facility to provide the Council with the appropriate management information (including weigh-loader transaction listings);
• policies and procedures that recover materials in accordance with the waste hierarchy to maximise reuse and recycling and to avoid sending any waste to landfill; and
• robust service contingency plans to ensure continuity of services in the event of plant failure, etc.
The overall estimated volume for this contract is circa. 11,000 tonnes per annum.
This contract is split into "operational lots" based on regional requirements:
Lot 1 - West Kent (circa. 3,550 tonnes per annum)
Lot 2 - Mid Kent (circa. 3,250 tonnes per annum)
Lot 3 – East Kent (circa. 4,200 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Contract may be extended for a period of up to 24 months.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureCompetitive procedure with negotiation
IV.1.5) Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participateDate: 13/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
VI.4) Procedures for review VI.4.1) Review bodyKent County Council
Kent
UK
VI.5) Date of dispatch of this notice12/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | Molly.Roast@kent.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 90700000 | Environmental services | Sewage, refuse, cleaning and environmental services |
| 90500000 | Refuse and waste related services | Sewage, refuse, cleaning and environmental services |
| 90000000 | Sewage, refuse, cleaning and environmental services | Environment and Sanitation |
| 79723000 | Waste analysis services | Investigation services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |