Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Nottinghamshire Healthcare NHS Foundation Trust
200 Lichfield Lane
Mansfield
NG18 4RG
UK
Contact person: Chris Dwyer
Telephone: +44 1159691300
E-mail: chris.dwyer@nottshc.nhs.uk
NUTS: UKF
Internet address(es)
Main address: https://www.nottinghamshirehealthcare.nhs.uk/
Address of the buyer profile: https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: NHS Foundation Trust
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Waste Management Service (Non Medical) in Lots
Reference number: PN1021
II.1.2) Main CPV code
90511000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement relates to the provision of Waste Management Service (non-clinical). This requirement is to be split in to 3 lots:
Lot 1 = General Waste and Dry Mixed Recycling,
Lot 2 = Confidential Waste,
Lot 3 = Bulky wastes and skips.
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
General Waste and Dry Mixed Recycling
II.2.2) Additional CPV code(s)
90510000
90514000
II.2.3) Place of performance
NUTS code:
UKF
Main site or place of performance:
From Trust sites across Nottinghamshire, South Yorkshire, Lincolnshire and Leicestershire.
II.2.4) Description of the procurement
The provision of services to collect and treat the general waste and recycling as defined in 1 and 2 produced by the sites listed in Appendix 1 of the tender pack (available via the portal).
1 General waste includes packaging materials, non-recyclable plastics, food waste, and other wastes typical of mixed municipal wastes.
2 Dry Mixed Recycling (DMR) includes paper and card, recyclable plastics, metal wastes, packaging materials and other wastes typical of domestic recycling.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The Contract shall be for a 3 options to extender for 2 period of 12 months. Start date is anticipated as 1.9.2018.
Renewal will be 1.9.2021, unless extension options taken, when it could be 1.9.2022 or 1.9.2023.
Expressed value of for 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract shall be for a 3 years with options to extender for 2 period of 12 months. Start date is anticipated as 1.9.2018.
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
This procurement is to be conducted via the ProcureNotts e-procurement portal; https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx.
Lot No: 2
II.2.1) Title
Confidential Waste
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
NUTS code:
UKF
Main site or place of performance:
From Trust sites across Nottinghamshire, South Yorkshire, Lincolnshire and Leicestershire.
II.2.4) Description of the procurement
The majority of confidential waste will be paper-based. However it is anticipated that on occasion there will be need for the destruction of other wastes such as VHS cassettes, compact discs, uniform, etc. Suppliers should ensure that such they state clearly their full capabilities with regard to the destruction of other confidential materials.
The collection and destruction of IT wastes (including hard drives, mobile devices and storage devices) is specifically excluded from this contract.
The collection of confidential waste will typically be carried out from internal areas of Trust properties, and waste will be stored in:
— cabinets,
— wheeled units (e.g. 120-360L),
— individual sacks.
All destruction processes must take place on site. The Trust will not accept any regularly scheduled collections being dependant on off-site destruction, except in exceptional circumstances. Where such circumstances arise, off-site destruction must be discussed with the Trust and approved in advance of collections taking place.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The Contract shall be for a 3 years with options to extender for 2 period of 12 months. Start date is anticipated as 1.9.2018. Renewal will be 1.9.2021, unless extension options taken, when it could be 1.9.2022 or 1.9.2023.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract shall be for a 3 years with options to extender for 2 period of 12 months. Start date is anticipated as 1.9.2018.
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
This procurement is to be conducted via the ProcureNotts e-procurement portal; https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx.
Lot No: 3
II.2.1) Title
Bulky wastes and skips
II.2.2) Additional CPV code(s)
90510000
II.2.3) Place of performance
NUTS code:
UKF
Main site or place of performance:
From Trust sites across Nottinghamshire, South Yorkshire, Lincolnshire and Leicestershire.
II.2.4) Description of the procurement
The Trust on occasion will require provision of skips for the collection of some wastes such as wood and green waste, building materials or large volumes of cardboard or plastics. Such waste is currently disposed of into skips and ROROs (8-35yd3).
These would not be collected as part of regularly scheduled service in most cases as the production of waste is unpredictable.
The Supplier must be able to provide and service skips and similar containers regularly to any site indicated in Appendix 1 (of tender pack).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
80 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The Contract shall be for a 3 years with options to extender for 2 period of 12 months. Start date is anticipated as 1.9.2018. Renewal will be 1.9.2021, unless extension options taken, when it could be 1.9.2022 or 1.9.2023.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract shall be for a 3 years with options to extender for two period of 12 months. Start date is anticipated as 1.9.2018.
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
This procurement is to be conducted via the ProcureNotts e-procurement portal; https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per the tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 participate
Date:
22/05/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/05/2018
Local time: 14:00
Place:
Trust Office in Mansfield.
Information about authorised persons and opening procedure:
Member of the Procurement team via the e-procurement portal.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The initial period is for 3 years with options to extend by 2 periods of 12 months; with a start date of 1.9.2018, retendering to be March 2021. However, if options are taken to extend notices to be issued in either March 2022 or March 2023.
VI.4) Procedures for review
VI.4.1) Review body
Nottinghamshire Healthcare NHS Foundation Trust
200 Lichfield Lane
Mansfield
NG18 4RG
UK
Telephone: +44 1159691300
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: Nottinghamshire Healthcare NHS Foundation Trust will allow a standstill period at the point the decision regarding the award of the contract is communicated totenderers. The standstill period shall be in accordance with Public Contracts Regulations 2015 Regulations 49, Directives (2014/24/EU of the European Parliament and of the Council) Part C Annex V. The Regulations provides for aggrieved parties who have been harmed, or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be started in the High Court within the applicable limitation period. The purpose of the standstill period referred to above is to allow aggrieved parties to apply to the Courts to set aside the award decision before the contract is entered into service from which information about the lodging of.
VI.5) Date of dispatch of this notice
12/04/2018