Buyer Name: Tunbridge Wells Borough Council
Buyer Address: Town Hall, Monson Way, Royal Tunbridge Wells, UKJ46, TN1 1RS, United Kingdom
Contact Name: Louisa Coley
Contact Email: procurement@tunbridgewells.gov.uk
Buyer Name: Tunbridge Wells Borough Council
Buyer Address: Town Hall, Monson Way, Royal Tunbridge Wells, UKJ46, TN1 1RS, United Kingdom
Contact Name: Louisa Coley
Contact Email: procurement@tunbridgewells.gov.uk
Buyer Name: Tonbridge & Malling Borough Council
Buyer Address: Gibson Building, Gibson Drive, Kings Hill, West Malling, UKJ46, ME19 4LZ, United Kingdom
Tunbridge Wells Borough Council (TWBC) and Tonbridge and Malling Borough Council (TMBC) as the South West Kent Waste Partnership (together the Authorities) are looking to procure a Household Recycling, Waste Collection and Street Cleansing Services contractor. The Authorities have been working in partnership since 2018. This contract seeks to maximise the efficiency and effectiveness of the service across the Authorities' Administrative Areas whilst addressing the differing needs and priorities of each of them. Key Dates & Timeline for Procurement Tender release (Initial Tender): Wednesday 14th May 2025 Expression of Interest Deadline: 12:00pm Friday 27th June 2025 Deadline for submission of Initial Tenders: 12:00pm 28th July 2025 Evaluation of Initial Tenders: w/c Monday 28th July 2025 Dialogue and Negotiation Stage Commencing: Monday 15th September 2025 Tender release (Final Tenders): Monday 13th October 2025 Deadline for submission of Final Tenders: 12:00pm Monday 10th November 2025 Evaluation of Final Tenders: 11th November 2025 Appointment of contractor: w/c 21st April 2026
No linked documents found for this notice.
External Link: https://www.kentbusinessportal.org.uk/
Link Description: Tenderers must express their interest through the Kent Business Portal, (https://www.kentbusinessportal.org.uk/). The link to register is https://procontract.due-north.com/register, registration is free. Once registered tenderers will be able to express their interest and then view and respond to the documents.
External Link: https://www.find-tender.service.gov.uk/Notice/027896-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value (Gross): GBP 266,000,000
Lot 1 Contract Start: 2027-04-01T00:00:00+01:00
Lot 1 Contract End: 2039-03-31T23:59:59Z
Lot 1 Award Criterion (cost): Stage one (Initial Tenders) - Cost
Lot 1 Award Criterion (quality): Stage one (Initial Tenders) - Quality
Lot 1 Award Criterion (cost): Stage 2 (Final Tenders)- Cost
Lot 1 Award Criterion (quality): Stage 2 (Final Tenders) - Quality
Document Description: Not published
Document Description: Tenderers must express their interest through the Kent Business Portal, (https://www.kentbusinessportal.org.uk/). The link to register is https://procontract.due-north.com/register, registration is free. Once registered tenderers will be able to express their interest and then view and respond to the documents.
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PLDX-6964-RZQX",
"name": "Tunbridge Wells Borough Council"
},
"date": "2025-05-27T18:36:50+01:00",
"id": "027896-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05162b",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Royal Tunbridge Wells",
"postalCode": "TN1 1RS",
"region": "UKJ46",
"streetAddress": "Town Hall, Monson Way"
},
"contactPoint": {
"email": "procurement@tunbridgewells.gov.uk",
"name": "Louisa Coley"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://tunbridgewells.gov.uk/"
},
"id": "GB-PPON-PLDX-6964-RZQX",
"identifier": {
"id": "PLDX-6964-RZQX",
"scheme": "GB-PPON"
},
"name": "Tunbridge Wells Borough Council",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "West Malling",
"postalCode": "ME19 4LZ",
"region": "UKJ46",
"streetAddress": "Gibson Building, Gibson Drive, Kings Hill"
},
"contactPoint": {
"email": "procurement@tunbridgewells.gov.uk",
"name": "Louisa Coley"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.tmbc.gov.uk/"
},
"id": "GB-PPON-PBNB-2692-VQCJ",
"identifier": {
"id": "PBNB-2692-VQCJ",
"scheme": "GB-PPON"
},
"name": "Tonbridge \u0026 Malling Borough Council",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "Preliminary market engagement was carried under Public Contract Regulations 2015 our prior to Procurement Act 2023 going live."
},
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-04-21T23:59:59+01:00"
},
"description": "Tunbridge Wells Borough Council (TWBC) and Tonbridge and Malling Borough Council (TMBC) as the South West Kent Waste Partnership (together the Authorities) are looking to procure a Household Recycling, Waste Collection and Street Cleansing Services contractor. The Authorities have been working in partnership since 2018.\nThis contract seeks to maximise the efficiency and effectiveness of the service across the Authorities\u0027 Administrative Areas whilst addressing the differing needs and priorities of each of them.\nKey Dates \u0026 Timeline for Procurement\nTender release (Initial Tender): Wednesday 14th May 2025\nExpression of Interest Deadline: 12:00pm Friday 27th June 2025\nDeadline for submission of Initial Tenders: 12:00pm 28th July 2025\nEvaluation of Initial Tenders: w/c Monday 28th July 2025\nDialogue and Negotiation Stage Commencing: Monday 15th September 2025\nTender release (Final Tenders): Monday 13th October 2025\nDeadline for submission of Final Tenders: 12:00pm Monday 10th November 2025\nEvaluation of Final Tenders: 11th November 2025\nAppointment of contractor: w/c 21st April 2026",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "Tenderers must express their interest through the Kent Business Portal, (https://www.kentbusinessportal.org.uk/).\nThe link to register is https://procontract.due-north.com/register, registration is free.\nOnce registered tenderers will be able to express their interest and then view and respond to the documents.",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://www.kentbusinessportal.org.uk/"
},
{
"datePublished": "2025-05-27T18:36:50+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "027896-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/027896-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-06-27T12:00:00+01:00"
},
"hasRecurrence": true,
"id": "DN774678",
"items": [
{
"additionalClassifications": [
{
"description": "Household-refuse collection services",
"id": "90511200",
"scheme": "CPV"
},
{
"description": "Street-cleaning and sweeping services",
"id": "90610000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ46"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Weighting - 0%",
"name": "Stage one (Initial Tenders) - Cost",
"type": "cost"
},
{
"description": "Weighting - 100%",
"name": "Stage one (Initial Tenders) - Quality",
"type": "quality"
},
{
"description": "Weighting - 60%",
"name": "Stage 2 (Final Tenders)- Cost",
"type": "cost"
},
{
"description": "Weighting - 40%",
"name": "Stage 2 (Final Tenders) - Quality",
"type": "quality"
}
],
"weightingDescription": "Each stage of this tender is weighted Separately."
},
"contractPeriod": {
"endDate": "2039-03-31T23:59:59Z",
"maxExtentDate": "2041-03-31T23:59:59Z",
"startDate": "2027-04-01T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "Tender has an option for one 24 month extension."
},
"status": "active",
"value": {
"amountGross": 266000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "Stage One - Invitation to Submit Initial Tenders\nBoth a tender notice and the full tender pack will be issued, and any interested tenderer will be eligible to come forward, view and respond to the documents.\nOnce the initial tender period has closed, the Authorities will begin the evaluation. The evaluation of initial tenders will be completed in the following order:\n1. All pre supplier questionnaires will be assessed and evaluated.\n2. The Authorities will then move to assessing the mandatory elements listed within the tender documents.\n3. The scored elements will then be assessed, once initial scoring is completed, the Authorities will have an opportunity to raise any clarifications required. The responses to clarifications will then be considered and scoring may be adjusted. Once the scoring window is closed, no further changes will be made to assigned scores.\nTenderers will be assessed against the advertised criteria. Tenderers may be excluded throughout the process - the evaluation section of this ITT sets out the criteria for assessment and relevant exclusion terms and set benchmarks.\n4. Once the assessment of initial tenders has concluded, tenderers who remain in the process will proceed to Stage two.\nStage Two - Dialogue\nStage two will begin dialogue between the Authorities and the tenderers. These sessions will have the aim of furthering both tenderers\u0027 and the Authorities\u0027 understanding of the contract requirements and dialogue will focus on the issues highlighted within the specification document. For clarity, dialogue in this process will be defined as, \u0027discussion between the Authorities and tenderers to discuss any aspect of the service, e.g. the service requirements or proposed solution (enhancing understanding)\u0027.\n1. Stage two will commence with the issuing of a letter inviting tenderers that have successfully passed Stage one to attend one or more dialogue meetings.\n2. The letter will also provide details of any new information made available to tenderers at this stage in the procurement.\n3. The letter will also describe how the dialogue will be conducted, including the location and dates for the relevant meetings, as well as the attendee arrangements.\n4. Stage two will conclude with the issuing of letters to all participating tenderers confirming the closure of dialogue.\nStage Three - Negotiation\nStage three will move into the negotiation of proposals. Whilst the Authorities\u0027 intention is to hold a negotiation stage within this process, in the event that the Authorities deem this stage to offer no value to the process, they reserve the right to disregard this stage and move forward to stage four. Negotiation in this process will be defined as, \u0027discussion between the Authorities and the tenderers with a view to improving the content of tenders\u0027.\n1. Stage three will commence with the issuing of a letter inviting tenderers to attend one or more negotiation meetings.\n2. The letter will also provide details of any new information made available to tenderers at this stage in the procurement.\n3. The letter will also describe how the negotiations will be conducted, including the location and dates for the relevant meetings, as well as the attendee arrangements.\n4. Stage three will conclude with the issuing of letters to all participating tenderers confirming the closure of negotiations.\nStage Four - Invitation to Submit Final Tenders\nAt Stage four, tenderers will be given an opportunity to submit their final tender and will be informed of the outcome of the process.\n1. Stage four will commence with the issuing of a letter inviting tenderers to submit their final tenders.\n2. Final tenders must be submitted in accordance with the timetable and instructions set out in this document and any additional information provided.\n3. After the deadline for submission of final tenders, the Authorities will consider, in respect of each tenderer that submitted a tender, whether the tenderer or any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors, are excluded or excludable tenderers and will consider whether to disregard the tender submitted in accordance with their obligations under the Act. If the tenderer is an excluded or excludable tenderer only by virtue of an associated person or proposed sub-contractor, the Authorities will notify the tenderer of their intention to disregard its tender and provide the tenderer with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process the Authorities disregard a tender from an excluded or excludable tenderer, or are aware of an associated person or sub-contractor having been replaced, they will give notice of this fact within 30 days of their decision to the Procurement Review Unit (PRU).\n4. The Authorities will conduct an assessment of all final tenders in order to identify the tenderer which has submitted the most advantageous tender in accordance with the assessment methodology and award criteria set out in the Tender Notice and described in this document. In carrying out this assessment, the Authorities will disregard any tender that does not satisfy the conditions of participation. The Authorities may also disregard a tender:\na. from a tenderer that is not a United Kingdom tenderer or a treaty state Supplier or that intends to sub-contract the performance of all or part of the contract to a Supplier that is not a United Kingdom Supplier or a treaty state Supplier; or\nb. if the tender breaches a procedural requirement set out in the Tender Notice or associated tender documents; or\nc. if the tender offers a price that the Authorities consider to be abnormally low for the performance of the contract. Where the Authorities consider that a price offered by a tenderer is abnormally low, the Authorities will notify the tenderer and give it reasonable opportunity to demonstrate that it will be able to perform the contract for the price offered. The Authorities will only disregard the tender if the tenderer cannot satisfactorily demonstrate that it will be able to perform the contract for the price offered.\n5. Once the assessment has concluded, the Authorities will provide an assessment summary to all tenderers that submitted final tenders to:\na. inform them whether they have been successful in being awarded the contract\nb. provide an explanation of the assessment of their tender against the relevant award criteria, in accordance with the requirements of the Act\nc. where different from the tenderers concerned, provide information in respect of the most advantageous tender submitted, including details of the assessment of this tender against the relevant award criteria and the tenderer\u0027s name\n6. Once the assessment summaries have been provided to the tenderers that submitted final tenders, the Authorities will also publish a contract award notice on the Central Digital Platform to commence the mandatory 8 working day standstill period.\n7. Subject to completion of the mandatory standstill period, Stage four will end with the Authorities entering into the contract with the preferred tenderer and publication of a Contract Details Notice on the Central Digital Platform (within 30 days of the date on which the contract is entered into). Where appropriate, a copy of the contract may also be published on the Central Digital Platform.\nProcurement Portal\nThe Authorities are in the process of changing procurement portal providers. The Authorities will switch from the current Proactis portal in August 2025 and move to the Delta system in October 2025. The Authorities will conduct events 1-5 using the Proactis system, stages 6 and 7 will be managed via email. The Authorities intend to conduct stages 8 onward via the Delta system, subject to successful migration across to the new platform. In the event of a delay, the Authorities will inform tenderers, and it is likely that we will continue to use email as the management system for stages 8 onward. Once the transition is complete all further notices required for compliance with the Act will be issued using the Delta platform."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2036-05-01T23:59:59+01:00"
}
]
},
"riskDetails": "Throughout the commissioning cycle, the Authorities have collated the following list of known contract risks, identified by the Authorities as potentially resulting in the need for modifications during the term of the contract. If any of the following risks materialise during the term, the Authorities reserve the right to modify the contract as per Sections 18 (2)(z)(i) and 74 (Schedule 8 part 5) of the Procurement Act 2023 (the Act). \nRisk 1\nLocal Government Reorganisation (LGR)\nAs per the announcement in late 2024, the Authorities are in a two-tier authority area and are likely to be subject to LGR. Further information is available at, https://www.gov.uk/government/collections/local-government-reorganisation-policy-and-programme-updates. \nWill the risks be subject to dialogue/negotiation? No, any information will be publicly available. \nWill the risks be priced as part of the tender? No, as the Authorities are not yet aware of how much this will affect the contract. \nWill the risks be evaluated and, if so, how? No\nHow will the risks be reflected in the terms of the contract so that they constitute permitted modifications under the Act? The terms and conditions of the contract allow for the contract to novate to any new body established to take on the legal responsibilities of the Authorities. \nRisk 2\nFleet replacement and composition in 2031\nThe Authorities are aware that a significant proportion of the collection fleet will need to be renewed in 2031. \nWill the risks be subject to dialogue/negotiation? Subject to potential modification in the future\nWill the risks be priced as part of the tender? No\nWill the risks be evaluated and, if so, how? No\nHow will the risks be reflected in the terms of the contract so that they constitute permitted modifications under the Act? The terms and conditions of the contract refer to the relevant modification exemptions in the Act, referred to above.\nRisk 3\nDeposit Return Scheme (DRS)\nIntroduction of a DRS\nImpact on nature, volume and tonnage of material, for Household collections and Street cleaning arisings.\nWill the risks be subject to dialogue/negotiation? Yes, dialogue to be held during Procurement Process\nWill the risks be priced as part of the tender? No\nWill the risks be evaluated and, if so, how? No\nHow will the risks be reflected in the terms of the contract so that they constitute permitted modifications under the Act? The terms and conditions of the contract refer to the relevant modification exemptions in the Act, referred to above.\nRisk 4\nSimpler Recycling Reforms\nFull implementation of the reforms\nImpact on nature, volume and tonnage of materials\nWill the risks be subject to dialogue/negotiation? Yes, dialogue to be held during Procurement Process.\nWill the risks be priced as part of the tender? No\nWill the risks be evaluated and, if so, how? Yes\nHow will the risks be reflected in the terms of the contract so that they constitute permitted modifications under the Act? The terms and conditions of the contract refer to the relevant modification exemptions in the Act, referred to above.\nRisk 5\nFuel Tank\nNo fuel tank is available at North Farm Depot. Installation of such is a project under consideration by the Authorities. The project is dependent on a number of factors and will be confirmed to the successful tenderer in due course. In the event that a fuel tank is installed for contractor use, the Authorities anticipate the successful tenderer being responsible for maintenance, however this will be subject to discussion. \nWill the risks be subject to dialogue/negotiation? May form part of the dialogue stage. \nWill the risks be priced as part of the tender? No\nWill the risks be evaluated and, if so, how? No\nHow will the risks be reflected in the terms of the contract so that they constitute permitted modifications under the Act? The terms and conditions of the contract refer to the relevant modification exemptions in the Act, referred to above.",
"status": "active",
"submissionMethodDetails": "https://www.kentbusinessportal.org.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-28T00:00:00+01:00"
},
"title": "South West Kent Waste Partnership - Household Recycling, Waste Collection And Street Cleansing Contract 2027",
"value": {
"amountGross": 266000000,
"currency": "GBP"
}
}
}