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