NHS Tender for Waste Management and Minimisation Services
6 Lots. Lot 1: Clinical waste, Lot 2: Reusable sharps.
United Kingdom-Salford: Collection, transport and disposal of hospital waste
2018/S 157-360089
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
05280446
Halyard Court, 31 Broadway, The Quays
Salford
M50 2UW
United Kingdom
Contact person: Nathaniel Hodgson
Telephone: +44 1612123735
E-mail: nathaniel.hodgson@nhs.net
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Waste Management and Minimisation Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
To provide a compliant route to market for the provision of Waste management and minimisation services for all public sector organisations in the UK. Specialist waste areas include:
— Lot 1: Clinical waste,
— Lot 2: Reusable sharps,
— Lot 3: Sanitary and washroom services,
— Lot 4: Domestic waste,
— Lot 5 Confidential waste destruction and disposal,
— Lot 6: Total emwaste managent.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Clinical Waste
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The collection, transportation, minimisation and appropriate disposal method at agreed locations for incineration, alternative treatment and or landfill of clinical healthcare waste. The specification shall include (but is not exclusive to) clinical waste, offensive (hygiene) waste, pharmaceutical waste (including cytotoxic and cytostatic medicines), anatomical waste, sharps and laboratory wastes (cultures and chemicals used in the diagnosis, provision and treatment of human healthcare) and wastes that are dangerous for carriage. All such waste streams may cause infection or prove hazardous to any person coming into contact with them.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Reusable Sharps Containers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
A safe, sustainable and compliant managed solution for the implementation, supply, collection and cleaning of reusable sharps containers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Sanitary and Washroom Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This Lot is for the provision of Washroom services. The services that are available under the framework are the collection and disposal of sanitary waste. The aim of this Lot is to provide washroom visitors with a discreet and hygienic way to dispose of sanitary waste this is vital consideration for the provision of a clean and pleasant washroom environment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Domestic Waste
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The collection, transportation, minimisation and appropriate disposal method for domestic waste.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Confidential Waste Destruction and Disposal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The aim of this Lot is for the awarded Contractor(s) to handle all confidential waste, allowing Participating authorities to comply with legislation and best practices surrounding the handling of confidential waste and ensuring that the client, employee and confidential business information is kept secure at all times for destruction or destroyed as defined by the Data Protection Act 1998.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Total Waste Managed Solution
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of the Total waste managed solution service will include at least 2 service areas, classified under Waste management and minimisation services this will be agreed at contracting stage. The Agreement may include, but not be limited to the individual service areas or bundled service areas forming part of this Agreement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
This procurement exercise will be conducted on the EU supply e Tendering portal at: https://nhssbs.eu-supply.com
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:
1) Go to ‘Current Tender Opportunities’ from the e Tendering portal login page: https://nhssbs.eu-supply.com
2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’link and enter username and password.
4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken directto the tender response screen.
5) Go to the ‘Access documents’ folder on the response screen to view and download tender documentation.
6) EU Supply Tender ID 32447
Further guidance on how to access and respond to the opportunity is available in the ‘Quick guide for suppliers’which is available for downloading from the main portal login page: https://nhssbs.eu-supply.com
(follow link: ‘Quick guide for suppliers’).
For any support in submitting your response please contact EU Supply Help desk at support@eu-supply.com (Tel: 0800 840 2050) quoting the tender ID number.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The duration referenced in Section II 1.4 is for the placing of orders.
The value provided in Section II 1.4 is only an estimate. We cannot guarantee to successful suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
Due to Restrictions placed on Contracting Authority’s, (limit of 4 000 characters for this section) the list of contracting authorities able to access is named in the Framework Agreement, Appendix B. This framework is available for all public sector organisations in the UK.
VI.4.1)Review body
Salford
M50 2UW
United Kingdom
VI.4.2)Body responsible for mediation procedures
Salford
M50 2UW
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the Contracting Authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.5)Date of dispatch of this notice: