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 Award Notice

Total Waste Management Services II

  • First published: 14 May 2021
  • Last modified: 14 May 2021

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:
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds
Authority ID:
AA80621
Publication date:
14 May 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1 - general waste and recycling

The below listed authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Barnsley Facilities Services Limited (Barnsley Hospital NHS Foundation Trust) Bradford Teaching Hospitals NHS Foundation Trust Calderdale and Huddersfield Solutions Limited (Calderdale and Huddersfield NHS Foundation Trust) Derbyshire Community Health Services NHS Foundation Trust Derbyshire Support and Facilities Services Limited (Chesterfield Royal Hospital NHS Foundation Trust) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust) Humber Teaching NHS Foundation Trust Isle of Man Department of Health & Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership NHS Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust Northern Lincolnshire and Goole NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health & Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust The Newcastle Upon Tyne Hospitals NHS Foundation Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospital NHS Foundation Trust) York Teaching Hospital NHS Foundation Trust Yorkshire Ambulance Service NHS Trust NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)

Savile Street East

Sheffield

S4 7UQ

UK

E-mail: procurement@noecpc.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://in-tendhost.co.uk/noecpc

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Total Waste Management Services II

Reference number: CPC 03600

II.1.2) Main CPV code

90000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This framework agreement is split into 6 lots covering the main waste services contracted by the NHS and wider public sector bodies. It aims to provide a compliant route to market for contracting authorities for a safe, sustainable, and efficient waste management service covering:

(i) lot 1 - general waste and recycling;

(ii) lot 2 - healthcare and related waste (including clinical waste);

(iii) lot 3 - reusable sharps containers and related waste;

(iv) lot 4 - washroom waste;

(v) lot 5 - confidential waste;

(vi) lot 6 - total waste management services.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 330 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

General Waste and Recycling

II.2.2) Additional CPV code(s)

90500000

90531000

90514000

90513200

90510000

90511200

90513000

90512000

90513300

90511100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 1 - general waste and recycling

The below listed authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Barnsley Facilities Services Limited (Barnsley Hospital NHS Foundation Trust) Bradford Teaching Hospitals NHS Foundation Trust Calderdale and Huddersfield Solutions Limited (Calderdale and Huddersfield NHS Foundation Trust) Derbyshire Community Health Services NHS Foundation Trust Derbyshire Support and Facilities Services Limited (Chesterfield Royal Hospital NHS Foundation Trust) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust) Humber Teaching NHS Foundation Trust Isle of Man Department of Health & Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership NHS Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust Northern Lincolnshire and Goole NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health & Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust The Newcastle Upon Tyne Hospitals NHS Foundation Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospital NHS Foundation Trust) York Teaching Hospital NHS Foundation Trust Yorkshire Ambulance Service NHS Trust NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: 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/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and 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:

(i) General Medical Services (GMS);

(ii) Personal Medical Services (PMS);

(iii) 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 Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils)

Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at Section VI.3) Additional Information.

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 exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056).

Lot No: 2

II.2.1) Title

Healthcare Waste and Lot 3 - Reusable Sharps Waste (combined requirements)

II.2.2) Additional CPV code(s)

90524100

90524400

90524200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 2 - healthcare waste and lot 3 - reusable sharps waste (combined requirements) please refer to Section II.2.4 of lot 1 for the list of authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11 of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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 exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 3

II.2.1) Title

Reusable Sharps Waste

II.2.2) Additional CPV code(s)

90524100

90524400

90524200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 3 - reusable sharps waste

Please refer to Section II.2.4 of lot 1 for the lost of authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to section II.2.11 of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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 exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 4

II.2.1) Title

Washroom Waste

II.2.2) Additional CPV code(s)

90500000

90510000

90511200

90512000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 4 - washroom waste

Please refer to Section II.2.4 of lot 1 for the lost of authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11 of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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 exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 5

II.2.1) Title

Confidential Waste

II.2.2) Additional CPV code(s)

90500000

90524400

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 5 - confidential waste

Please refer to Section II.2.4 of lot 1 for the lost of authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11 of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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 exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 6

II.2.1) Title

Total Waste Management

II.2.2) Additional CPV code(s)

90500000

90524100

90513300

90511100

90524200

90513000

90524400

90531000

90511200

90510000

90513200

90512000

90514000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 6 - total waste management

Please refer to Section II.2.4 of lot 1 for the lost of authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11 of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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 exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

IV.1.6) Information about electronic auction

An electronic auction will be used

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 227-560595

Section V: Award of contract

Lot No: 1

Title: General Waste and Recycling

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2021

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House, Dock Road South

Bromborough

CH62 4SQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Biffa Waste Services Limited

Coronation Road, Cressex, High Wycombe

Buckinghamshire

HP12 3TZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Environmental Waste Controls Ltd

Laurel House, Kitling Rd, Knowsley Business Park

Prescot

L34 9JA

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUEZ Recycling and Recovery UK Ltd

Suez House, Grenfell Road, Maidenhead

Berkshire

SL6 1ES

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road

London

N1 9JY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Viridor Waste Management Limited

Viridor House, Youngman Place, Priory Bridge Road, Taunton

Somerset

TA1 1AP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Healthcare Waste and Lot 3 - Reusable Sharps Waste (combined requirements)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2021

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Cliniwaste

The Learig, Skelmorlie

Largs

PA17 5EZ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Medisort Limited

Unit A, Fort Road

Littlehampton

BN17 7QU

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Personnel Hygiene Services Ltd

Block B, Western Industrial Estate

Caerphilly

CF83 1XH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sharpsmart Ltd

Unit 44, Enterprise City, Meadowfield Avenue, Spennymoor

County Durham

DL6 6JF

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SRCL Ltd T/A Stericycle

Indigo House, Sussex Avenue

Leeds

LS10 2LF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tradebe Healthcare National Ltd

Atlas House, Globe Park

Bucks

SL7 1EY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road

London

N1 9JY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Viridor Waste Management Limited

Viridor House, Youngman Place, Priory Bridge Road, Taunton

Somerset

TA1 1AP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Reusable Sharps Waste

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Medisort Limited

Unit A, Fort Road

Littlehampton

BN17 7QU

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sharpsmart Ltd

Unit 44, Enterprise City, Meadowfield Avenue, Spennymoor

County Durham

DL6 6JF

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SRCL Ltd T/A Stericycle

Indigo House, Sussex Avenue

Leeds

LS10 2LF

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Washroom Waste

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2021

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Personnel Hygiene Services Ltd

Block B, Western Industrial Estate

Caerphilly,

CF83 1XH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rentokil T/A Initial Medial Services

Riverbank Meadows Business Park, Station Approach, Camberley

Surrey

GU17 9AB

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 30 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Confidential Waste

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2021

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House, Dock Road South,

Bromborough

CH62 4SQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Restore Datashred Limited

Unit Q1 Queen Elizabeth Distribution Centre, Purfleet

Essex

RM19 1NA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Shred Station Ltd

Osborne House, Wendover Road

Norwich

NR13 6LG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Shredall (EM) Ltd

Joy House, Bestwood Business Park, Park Road, Bestwood Village

Nottingham

NG6 8TQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Shred-it Limited

Corner House, 177 Cross Street

Sale

M33 7JQ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUEZ Recycling and Recovery UK Ltd

Suez House, Grenfell Road, Maidenhead

Berkshire

SL6 1ES

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Uniscope International Ltd T/A U Shred Ltd

77 Middle Hillgate, Stockport

Cheshire

SK1 3EH

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road

London

N1 9JY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Viridor Waste Management Limited

Viridor House, Youngman Place, Priory Bridge Road, Taunton

Somerset

TA1 1AP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 30 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Total Waste Management

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House, Dock Road South

Bromborough

CH62 4SQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sharpsmart Ltd

Unit 44, Enterprise City, Meadowfield Avenue, Spennymoor

County Durham

DL6 6JF

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road

London

N1 9JY

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 70 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

For details of the list of eligible entities who may utilise the resulting agreement(s), subject to the prior agreement of NOE CPC, please refer to the original Contract Notice:

(i) Section II.2.4 - Description of Procurement

(ii) Section II.2.11 - Information about options

(iii) Section VI.3 - Additional Information.

VI.4) Procedures for review

VI.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC)

Sheffield

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in part 3 of the Public Contract Regulations 2015.

VI.5) Date of dispatch of this notice

10/05/2021

Coding

Commodity categories

ID Title Parent category
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
90524400 Collection, transport and disposal of hospital waste Medical waste services
90511200 Household-refuse collection services Refuse collection services
90531000 Landfill management services Operation of a refuse site
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services
90513300 Refuse incineration services Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services Refuse disposal and treatment
90512000 Refuse transport services Refuse disposal and treatment
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
90511100 Urban solid-refuse collection services Refuse collection services
90513200 Urban solid-refuse disposal services Non-hazardous refuse and waste treatment and disposal services

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:
procurement@noecpc.nhs.uk
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.