Opportunity

National Framework Agreement for Waste Management and Minimisation

  • Countess of Chester Hospital NHS Foundation Trust

F02: Contract notice

Notice reference: 2021/S 000-002423

Published 5 February 2021, 10:56pm



The closing date and time has been changed to:

12 March 2021, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.coch.nhs.uk

Buyer's address

www.coch-cps.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

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).