Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Serco
Kingfisher House, Kingfisher Way, Hinchingbrooke Business Park
Huntingdon
PE29 6FH
UK
Contact person: Michael Bland
Telephone: +44 1480398500
E-mail: michael.bland@serco.com
NUTS: UK
Internet address(es)
Main address: http://www.sercoasp.com/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://secure.sourcedogg.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Waste Management (T18-24)
Reference number: T18-24
II.1.2) Main CPV code
90000000
II.1.3) Type of contract
Services
II.1.4) Short description
Offers are welcome, subject to the terms of this document and the Form of Offer, for Waste Management, in accordance with the NHS Terms and Conditions for Provision of Services (contract version) as detailed in the draft Invitation To Tender (ITT) document.
The purpose of the ITT is to provide sufficient information to enable the below mentioned organisations to identify a supplier (s) that can provide the required services at the highest level whilst ensuring value for money to the following organisations included within the procurement:
— Cambridgeshire and Peterborough NHS Foundation Trust (CPFT),
— Cambridgeshire Community Services NHS Trust (CCS),
— Serco ASP.
The opportunity is available in the following Lots:
Lot 1: General Waste and Recycling;
Lot 2: Healthcare Waste;
Lot 3: Confidential Waste.
The area the services are to be delivered to the East of England.
Further details can be found in VI.3 Additional information.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
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: Lot 1
II.2.1) Title
General Waste and Recycling
II.2.2) Additional CPV code(s)
90000000
II.2.3) Place of performance
NUTS code:
UK
UKH
II.2.4) Description of the procurement
General waste and 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:
550 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
X2 12 month extensions
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
See shortlisting criteria with Selection Questionnaire Notes for completion.
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: Lot 2
II.2.1) Title
Healthcare Waste
II.2.2) Additional CPV code(s)
90000000
II.2.3) Place of performance
NUTS code:
UK
UKH
II.2.4) Description of the procurement
Healthcare waste.
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:
550 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
X2 12 month extensions
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
See shortlisting criteria with Selection Questionnaire Notes for completion.
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: Lot 3
II.2.1) Title
Confidential Waste
II.2.2) Additional CPV code(s)
90000000
II.2.3) Place of performance
NUTS code:
UK
UKH
II.2.4) Description of the procurement
Confidential Waste.
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:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
X2 12 month extensions
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
See shortlisting criteria with Selection Questionnaire Notes for completion.
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
See requirements of the Selection Questionnaire and draft Invitation to Tender documentation.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/08/2018
Local time: 04:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
07/09/2018
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: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Offers are welcome, subject to the terms of this document and the Form of Offer, for Waste Management, in accordance with the NHS Terms and Conditions for Provision of Services (contract version) as detailed in the draft Invitation To Tender (ITT) document.
The purpose of this ITT is to provide sufficient information to enable the below mentioned organisations to identify a supplier (s) that can provide the required services at the highest level whilst ensuring value for money to the following organisations included within the procurement:
— Cambridgeshire and Peterborough NHS Foundation Trust (CPFT),
— Cambridgeshire Community Services NHS Trust (CCS),
— Serco.
This procurement process is being conducted in accordance with the Public Contract Regulations 2015 Regulation 28: Restricted procedure.
The opportunity is available in the following Lots:
Lot 1: General Waste and Recycling;
Lot 2: Healthcare Waste;
Lot 3: Confidential Waste.
The Contract (s) will be for an initial period of 36 months with two options to extend for a further 12 months each. The maximum contract length is 60 months.
Suppliers MUST first register for each of the relevant lot specific online Selection Questionnaires interested in. The fixed and firm closing date for responses to all of the Selection Questionnaires is 16:00 28.8.2018.
The electronic eTendering System being used is SourceDogg which is free to access and can be accessed at https://secure.sourcedogg.com/
All queries and questions should be asked via the eTendering System SourceDogg and not direct with the organisations listed.
The relevant Lot specific Selection Questionnaires can be found at:
Lot 1: https://secure.sourcedogg.com/profile/1410ba09-ae18-49c1-b969-a8d28650cf8c/requests/21803
Lot 2: https://secure.sourcedogg.com/profile/1410ba09-ae18-49c1-b969-a8d28650cf8c/requests/21840
Lot 3: https://secure.sourcedogg.com/profile/1410ba09-ae18-49c1-b969-a8d28650cf8c/requests/21841
The following documentation, for information purposes only, can be found within the Selection Questionnaire document set:
— Selection Question Notes for completion,
— Invitation To Tender,
— Commercial schedule,
— NHS Terms and Conditions for Provision of Services (contract version),
— Form of Offer.
The documentation is to allow interested suppliers to form a proper view of the nature, scope and scale of the procurement so as to enable an informed decision on whether or not to take part in the competition. Please note that the organisations above reserve the right to update the documentation to ensure accuracy of the requirement before the issue of the Invitation To Tender stage to those shortlisted suppliers.
Estimated Timeframes:
— Contract Notice and Selection Questionnaire – August 2018,
— Invitation To Tender – September 2018,
— Contract Award – October 2018,
— Contract Start Dates – February / March 2019.
The organisations listed reserve the right to not proceed to tender, additionally the organisations reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the organisations listed requirements, the service classification of this requirement, Lot information or the CPV code, is only indicative of current thinking and is neither exhaustive nor binding and the organisations listed reserve the right at its absolute discretion to amend it at the time of issue of any further notice or notices or at any other time. The publication of this notice in no way obliges the organisations listed to commence any competitive tender process. The organisations listed are not and shall not be liable for any costs incurred by those expressing an interest in participating in this opportunity. The organisations listed intend to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4) Procedures for review
VI.4.1) Review body
Serco
Kingfisher House, Kingfisher Way, Hinchingbrooke Business Park
Huntingdon
PE29 6FH
UK
Telephone: +44 1480398500
E-mail: michael.bland@serco.com
Internet address(es)
URL: http://www.sercoasp.com/
VI.5) Date of dispatch of this notice
27/07/2018