Section one: Contracting authority
one.1) Name and addresses
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
CH2 1UL
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Framework Agreement for Waste Management and Minimisation
Reference number
F/072/WMM/20/AB
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services, wishes to award a national framework agreement in seven lots:
Lot 1 – Clinical Healthcare Waste
Lot 2 – Reusable Sharps
Lot 3 – Sanitary, Washroom and Associated Services
Lot 4 – Domestic Waste
Lot 5 – Confidential Waste
Lot 6 – Total Waste Management
Lot 7 – Waste Minimisation and Innovations
two.1.5) Estimated total value
Value excluding VAT: £136,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Clinical Healthcare Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the management, minimisation and disposal of clinical healthcare waste including infectious waste, offensive (hygiene) waste, pharmaceutical waste (including cytotoxic and cytostatic medicines), anatomical waste and laboratory waste (cultures and chemicals used in the diagnosis, provision and treatment of human healthcare), sharps, hazardous healthcare waste and wastes that are dangerous for carriage.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Reusable Sharps
Lot No
2
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the provision of a managed solution for the implementation, supply, collection and cleaning of reusable sharps containers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Sanitary, Washroom and Associated Services
Lot No
3
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the collection and disposal of sanitary waste and installation and maintenance of sanitary bins and associated services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Domestic Waste
Lot No
4
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the management, minimisation and disposal of general non-confidential office waste, offensive healthcare waste, hazardous non-healthcare waste, ferrous and non-ferrous metals, WEEE waste, mattresses and miscellaneous waste.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Confidential Waste
Lot No
5
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the management, minimisation, destruction and disposal of all confidential waste and both on- and off-site shredding and lockable consoles, bins and sacks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Total Waste Management
Lot No
6
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers a combination of two or more of the services offered under the Framework Agreement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Waste Minimisation and Innovations
Lot No
7
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79410000 - Business and management consultancy services
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers innovations in the services offered under the Framework Agreement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 March 2021
Local time
2:00pm
Changed to:
Date
12 March 2021
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 March 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Electronic ordering, electronic invoicing and electronic payment may be used by the awarding authority and by contracting authorities.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Countess of Chester Hospital NHS Foundation Trust will incorporate a standstill period at the point information on the award of the framework agreement is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is entered into 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).