Collection and Disposal of Clinical Waste for NHS Wales
The service provision is for the collection, transportation and disposal of Clinical Waste from purchasing member organisations.
United Kingdom-Cardiff: Refuse disposal and treatment
2014/S 212-375627
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Wales Shared Services Partnership — Procurement Services (as hosited by Veilndre NHS Trust)
4th Floor, Companies House, Crown Way
For the attention of: Julie Davies
CF14 3UB Cardiff
UNITED KINGDOM
Telephone: +44 2920903854
E-mail: julie.davies26@wales.nhs.uk
Internet address(es):
General address of the contracting authority: www.procurement.wales.nhs.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Other: and other health service bodies in Wales as defined by the NHS Wales Act 2006.
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Abertawe Bro Morgannwg University Health Board
UNITED KINGDOM
Aneurin Bevan University Health Board
UNITED KINGDOM
Betsi Cadwaladr University Health Board
UNITED KINGDOM
Cwm Taf University Health Board
UNITED KINGDOM
Cardiff and Vale University Health Board
UNITED KINGDOM
Hywel Dda University Health Board
UNITED KINGDOM
Powys Teaching Health Board
UNITED KINGDOM
Velindre NHS Trust (also including NHS Welsh Blood Service)
UNITED KINGDOM
Public Health Wales NHS Trust
UNITED KINGDOM
Welsh Ambulance Service NHS Trust*
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Organisations and establishments within NHS Wales.
NUTS code UKL
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 10
Justification for a framework agreement, the duration of which exceeds four years: Due to the size and scope of the framework agreement, a longer term will enable the provider to develop a more consistent and effective service across the NHS in Wales; make use of emerging sites/methods and technologies for sustainable disposal; invest in necessary equipment and premises and achieve a reasonable return on its investment. Supplier margins in this sector can be narrow, necessitating a longer period of trading to establish such returns. We also anticipate that the transitional arrangements may require considerable effort before the new service can successfully be established. We consider that an initial term of 5 years is the minimum necessary and that the option to extend by a further period of up to [5] years is an essential flexibility for this essential public service requirement.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 62 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
90510000, 90500000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Tenders may be offered for whole or part of the tender.
II.2.2)Information about options
Description of these options: The contracting authority proposes to award a 5-year (60 months) framework agreement with an option to extend by a further 5 years (60 months) at the discretion of the contracting authority. The estimated value of the contract for the initial 5 year period is £31,000,000 and GBP 62 000 000 if the full 5 year extension is utilised.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As set out in the Tender/Contract documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
1. Register your company on the eSourcing portal (this is only required once).
— Browse to the eSourcing Portal.
— Click the “Click here to register” link.
— Accept the terms and conditions and click ‘continue’.
— Enter your correct business and user details.
— Note the username you chose and click ‘Save’ when complete.
— You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender.
— Login to the portal with the username/password.
— Click the ‘PQQs Open to All Suppliers’ link. (These are Pre-Qualification Questionnaires open to any registered supplier).
— Click on the relevant PQQ to access the content.
— Click the ‘Express Interest’ button in the “Actions” box on the left-hand side of the page.
— This will move the PQQ into your ‘My PQQs’ page. (This is a secure area reserved for your projects only).
— Click on the PQQ code, you can now access any attachments by clicking the ‘Settings and Buyer Attachments’ in the ‘Actions’ box.
3. Responding to the tender.
— You can now choose to ‘Reply’ or ‘Reject’ (please give a reason if rejecting).
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ.
— There may be a mixture of online & offline actions for you to perform (there is detailed online help available).
If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
A pre-qualification questionnaire will be available and must be completed by those suppliers expressing an interest in being considered for the contract. Evidence and information provided in any response will be used in qualifying candidates and tenderers. Respondents to this advertisement will be automatically issued with a pre-qualification questionnaire.
III.2.3)Technical capacity
As set out in the PQQ documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 136-244315 of 18.7.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
1. The contracting authority is not bound to award a contract in whole or part.
2. The contracting authority will not bear the tender costs of any of the tenderers.
3. In reference to I.1.9 (Variants) to the extent permitted, if at all, in the tender documents.
4. Prospective suppliers should note that NHS Wales Shared Services Partnership – Procurement Services is part of Velindre NHS Trust acting on behalf of participating NHS organisations in Wales.
5. Welsh Ambulance Services NHS Trust*
Prospective tenderers should note the following in relation to participating authorities as mentioned in Section I.2. The Consortia is an amalgamation of the noted Health Boards/Trusts excluding The Welsh Ambulance Service NHS Trust (WAST). WAST do not currently utilise this contract however NWSSP reserve the right to allow this contract to be used by WAST. The commencement of Service to WAST shall be agreed via a contract variation notice on terms to be agreed by all parties.
6. The service provision start date is 1.6.2016, however, this contract is expected to be awarded July 2015, to allow for any implementation issues.
7. TUPE is likely to apply.
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful bidders and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the bidder/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly. For more information on how to appeal, and the relevant time limits, please see following statement on the Authority’s website:www.procurement.wales.nhs.uk/supply/terms
VI.5)Date of dispatch of this notice: