Check out our recently launched frameworks: Waste Management Services / Electric Vehicle Infrastructure & Associated Solutions

Waste Management Services

Return to Frameworks

Key facts

Framework Number: Y24012

Framework Period: 10 April 2025 - 09 April 2029

FTS Contract Arranged by: Procurement Services

FTS Contract Notice:
2024/S 000-029077

Last Updated: 20 May 2025

General Enquiries:
Callum Thompson

Direct Channel Access:

pscustomerenquiries@csltd.org.uk
Downloads

Waste Management Services User Guide

Download

What are the benefits of using this framework?

  • All our frameworks are free to access.
  • This framework is fully compliant with the PCR 2015.
  • Authorised participants can re-open competition within the framework, removing the need
    for a full tender exercise or lengthy supplier evaluation each time they have a Waste Management requirement, saving time and costs associated with procurement exercises.
  • Direct award capability giving you a quick, easy and PCR 2015 compliant route to procurement.
  • The terms and conditions are safe and designed to protect you.
  • Free and full support on using the framework through the Procurement Services team.
  • You can benefit from aggregated spend and lower pricing based on the value of the overall contract, even on low spend orders.
  • The framework will be managed and monitored by Procurement Services (acting for Kent County Council) on behalf of our customers and your views and requirements will be considered when reviewing and developing the contract.
  • Social value is an increasingly important way in which we look to support our customers and communities throughout the UK. Social value is now a 10% weighting within every single new framework, so we can be certain that we are awarding suppliers who are committed to contributing to communities.

Who can use this framework?

All public bodies will have access to this framework but may only do so with the agreement of the contracting authority. Those organisations who may wish to access this framework will be members, affiliates and associates of 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 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 in the FTS Notice.

LOT 1

General Waste & Recycling 

This LOT is for 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) 

•  Fly tipping removal

•  Kerb-side collection

•  Roll-on-roll-off containers

•  Skips Front End Loading (FEL) and Rear End Loading (REL)

 

LOT 2

Clinical Waste Services

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 (e.g. municipal offensive waste)

LOT 3

Confidential and high security waste

This LOT is for the collection/disposal of Confidential waste; any waste that contains or shows personal information and it can be in a variety of forms. The services under LOT 3 include, but are 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

LOT 4

Textile Waste Recycling

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)

LOT 5

Hazardous Waste, Chemical and Radioactive (non-clinical)

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 motor oil
  • Pesticides
  • Radioactive waste collection
  • Solvents

LOT 6a

Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services

 

LOT 6a – Collection and processing of HWRC and transfer station waste, including, but not be limited to:

  • All waste streams such as commercial and household
  • The delivery of waste to third party waste processors

LOT 6b

Waste Disposal Authority (WDA) Household and Commercial Waste Processing Services

LOT 6b – Processing of household and commercial waste delivered to the Supplier's waste processing facility

LOT 7

Total Waste Management Service

This LOT covers the provision of all services in LOTs 1, 2, 3, 4, and 5:

  • General Waste and Recycling
  • Clinical Waste Services
  • Confidential and High Security Waste
  • Textile Waste Recycling
  • Hazardous Waste, Chemical and Radioactive (non-clinical)

How to access the framework

This framework allows for customers to place their orders via direct award or further competition.

The customer is strongly advised to carry out their own due diligence before selecting whether they conduct a further competition or direct award with any of the awarded suppliers. The customer will determine the requirement, specification and award based on the Most Advantageous Tender (MAT). Procurement Services takes no responsibility for the chosen contracting method of any individual customer.