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

Procurement of a Framework Agreement for the Provision of Waste Management Services

  • First published: 04 July 2019
  • Last modified: 04 July 2019

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)

Contents

Summary

OCID:
Published by:
Surrey and Borders Partnership NHS Foundation Trust
Authority ID:
AA20083
Publication date:
04 July 2019
Deadline date:
29 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Clinical Waste Services will include but not be limited to: infectious (dressings, plaster casts, feminine hygiene, linen, disposable clothing), sharps, medicinal (non-cytotoxic or non-cytostatic), cytotoxic and cytostatic, amalgam, teeth, anatomical, pregnancy remains, gypsum, radioactive, mattresses, etc.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey and Borders Partnership NHS Foundation Trust, on behalf of NHS Commercial Solutions

The Atrium, Curtis Road

Dorking

RH4 1XA

UK

Telephone: +44 1306-646-825

E-mail: tara.mcnamara@nhs.net

NUTS: UK

Internet address(es)

Main address: www.commercialsolutions-sec.nhs.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://commercialsolutions.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://commercialsolutions.bravosolution.co.uk/web/login.shtml


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

Procurement of a Framework Agreement for the Provision of Waste Management Services

Reference number: 4838-3093

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The aim of this procurement is to appoint a number of companies who specialise in Waste Management Services to a framework agreement for the NHS and, potentially, other public sector organisations. The Authority recognises that the expertise required will exist both nationally and at a local level and aims to be as inclusive as is practicable in order that the Awarding Authority has the most appropriate resource available.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 7

II.2) Description

Lot No: Lot 1

II.2.1) Title

Clinical Waste Services

II.2.2) Additional CPV code(s)

90524000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Clinical Waste Services will include but not be limited to: infectious (dressings, plaster casts, feminine hygiene, linen, disposable clothing), sharps, medicinal (non-cytotoxic or non-cytostatic), cytotoxic and cytostatic, amalgam, teeth, anatomical, pregnancy remains, gypsum, radioactive, mattresses, etc.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

General and Recycling Waste Services

II.2.2) Additional CPV code(s)

90513000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

General and Recycling Waste Services will include but not be limited to — domestic, food, recycling, dry mixed recycling, glass, furniture, scrap metal, recording media, x-ray films, ink and toner cartridges, batteries, cardboards, paper, plastics, etc.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

WEEE (Waste Electrical and Electronic Equipment)

II.2.2) Additional CPV code(s)

90513000

90514000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Waste electrical and electronic equipment will include all electrical items identified under the waste electrical and electronic equipment regulation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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 4

II.2.1) Title

Secure IT Disposal

II.2.2) Additional CPV code(s)

90513000

90514000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Secure IT Disposal refers to the on-site destruction or deletion of data and the removal of the remaining hardware, for refurbishment and resale or for recycling and disposal.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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 5

II.2.1) Title

Confidential Waste Services

II.2.2) Additional CPV code(s)

90513000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Confidential Waste Services will include all documents and other materials which contains patient identifiable records, commercially sensitive information and information which is not available at the public domains; for example, documents, identification badges, credit cards, CD and DVDs, other electronic and non-electronic medium.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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 6

II.2.1) Title

Hazardous Waste Services

II.2.2) Additional CPV code(s)

90520000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Hazardous Waste Services will include but not be limited to ink and toner cartridges, batteries, polystyrene, aerosols, chemicals, oils, paints and solvents, sewage, pesticides, cylinders and liquids, etc.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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 7

II.2.1) Title

Managed Waste Services

II.2.2) Additional CPV code(s)

90524000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Integrated Waste Management Services will be a combination of all the services from Lots 1, 2, 3, 4, 5 and 6.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

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: 29/07/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/09/2019

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The purpose of this procurement is to facilitate, through a Framework Agreement, the provision of waste services.

The estimated total value of contracts awarded under the Framework Agreement is estimated to be 100 000 000 GBP. However, interested parties should note that the Framework Agreement is not a guarantee of work and the Contracting Authority makes no commitment by any party to the use of the agreement nor the estimated value.

Subject to approval from the Contracting Authority, the public sector bodies eligible to use the Framework Agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:

The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/

Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

(b) commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, hospital services, and community services, including those provided through community health centres and mental health services at:

— NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

— NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

— Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

— Social Enterprise UK: https://www.socialenterprise.org.uk

VI.4) Procedures for review

VI.4.1) Review body

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

18 Mole Business Park

Leatherhead

KT22 7AD

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority will incorporate a standstill period at the point of information on the award of the Framework Agreement is communicated to tenderers. That notification will provide a full information on the award decision.

The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement is concluded. The Public Contracts

Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

02/07/2019

Coding

Commodity categories

ID Title Parent category
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90514000 Refuse recycling services Refuse disposal and treatment

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:
tara.mcnamara@nhs.net
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.