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 1306646816
E-mail: monjur.elahi@nhs.net
NUTS: UKJ2
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 in Surrey and Sussex.
Reference number: 4321-2198
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Commercial Solutions is seeking to award a framework agreement for the provision of waste management services for the benefit of a number of healthcare organisations in Surrey and Sussex. We wish to appoint a pool of Service Providers to a number of Lots accommodating a diverse waste category, maximising the participation of SMEs and facilitating a competitive tender platform allowing the participating organisations to award compliant Call-off contract(s).
II.1.5) Estimated total value
Value excluding VAT:
30 000 000.00
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:
UKJ2
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:
UKJ2
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:
UKJ2
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
Offensive Waste Services
II.2.2) Additional CPV code(s)
90513000
II.2.3) Place of performance
NUTS code:
UKJ2
II.2.4) Description of the procurement
Offensive Waste Services will include feminine hygiene wastes/nappy bins from toilets.
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:
UKJ2
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:
UKJ2
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
Integrated Waste Management Services
II.2.2) Additional CPV code(s)
90524000
II.2.3) Place of performance
NUTS code:
UKJ2
II.2.4) Description of the procurement
Integrated Waste Management Services will be a combination of all the services from Lots 1, 2, 3, 5 and 6. For the purposes of Lot 7, the requirements of Lot 4 are covered by Lot 1.
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 several operators.
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:
17/07/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/06/2017
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 public sector bodies to whom the framework agreement will be open 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.
National Health Service (‘NHS’) bodies in Surrey and Sussex, including acute Trusts (including those operating community hospitals and the provider functions of the former Primary Care Trusts), Care Trusts, Mental Health Trusts, Ambulance Trusts, any of which may be an NHS Foundation Trust, and Clinical Support Units, Clinical Commissioning Groups, General Practitioners and General Practitioner commissioning consortia, Special Health Authorities and Area Teams.
(See http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx).
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 calender 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
15/06/2017