Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Waste Management (T18-24)

  • First published: 31 July 2018
  • Last modified: 31 July 2018
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Serco ASP
Authority ID:
AA24863
Publication date:
31 July 2018
Deadline date:
28 August 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

General waste and recycling.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
michael.bland@serco.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.