- 1. Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
- 2. Belfast Health and Social Care Trust
- 3. Northern Health and Social Care Trust
- 4. South Eastern Health and Social Care Trust
- 5. Southern Health and Social Care Trust
- 6. Western Health and Social Care Trust
- 7. NI Ambulance Service Trust
- 8. NI Blood Transfusion Service
- 9. Business Services Organisation
Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Business Services Organisation
2 Franklin Street
Belfast
BT2 8DQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Healthcare Waste [3202726]
two.1.2) Main CPV code
- 90524400 - Collection, transport and disposal of hospital waste
two.1.3) Type of contract
Services
two.1.4) Short description
Healthcare Waste [3202726]
two.1.5) Estimated total value
Value excluding VAT: £73,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 – Collection and Transportation of Healthcare Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
- 90524100 - Clinical-waste collection services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 42320000 - Waste incinerators
- 45232470 - Waste transfer station
- 90514000 - Refuse recycling services
- 90512000 - Refuse transport services
- 90511000 - Refuse collection services
- 33141123 - Sharps containers
- 34144511 - Refuse-collection vehicles
- 90533000 - Waste-tip management services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
- 90513300 - Refuse incineration services
- 60000000 - Transport services (excl. Waste transport)
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Healthcare Waste [3202726]
two.2.5) Award criteria
Quality criterion - Name: Quality - Communication / Weighting: 10
Quality criterion - Name: Quality - Carbon Footprint / Weighting: 10
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 1 070 000 GBP to 22 000 000 GBP which has been calculated on the basis of a 60 month Contract and a maximum extension period(s) of up to and including 24 months, contingency for potential increase in usage, and price increases and potential extension for procurement exercises during the Contract period.
two.2.10) Information about variants
Variants will be accepted: No
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
Lot 2 – Treatment and Recycling/Recovery/Disposal of Healthcare Waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
- 90524100 - Clinical-waste collection services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 42320000 - Waste incinerators
- 45232470 - Waste transfer station
- 90514000 - Refuse recycling services
- 90512000 - Refuse transport services
- 90511000 - Refuse collection services
- 33141123 - Sharps containers
- 34144511 - Refuse-collection vehicles
- 90533000 - Waste-tip management services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
- 90513300 - Refuse incineration services
- 60000000 - Transport services (excl. Waste transport)
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Healthcare Waste [3202726]
two.2.5) Award criteria
Quality criterion - Name: Quality - Bin Management Service / Weighting: 10
Quality criterion - Name: Quality - Communication / Weighting: 10
Quality criterion - Name: Quality - Carbon Footprint / Weighting: 10
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £51,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 2 500 000 GBP to 51 000 000 GBP which has been calculated on the basis of a 60 month Contract and a maximum extension period(s) of up to and including 24 months, contingency for potential increase in usage, and price increases and potential extension for procurement exercises during the Contract period.
two.2.10) Information about variants
Variants will be accepted: No
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-010568
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 March 2022
Local time
3:00pm
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
Tender must be valid until: 18 September 2022
four.2.7) Conditions for opening of tenders
Date
2 March 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
In section I.2 it is stated that this is a joint procurement and contract award is by a central purchasing body. This contract is not a joint contract, it is a central purchasing body contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender (MEAT) for Lot 1 on the basis of the price 80% and quality 20%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 20% for quality is 2 questions and details of the quality split and the evaluation process incorporating price, quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). The contracting authority will identify the most economically advantageous tender (MEAT) for Lot 2 on the basis of the price 70% and quality 30%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 30% for quality is 3 questions and details of the quality split and the evaluation process incorporating price, quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). The value shown in II.1.5 shows the potential value which has been calculated, inclusive of VAT, on the basis of a 60 month contract with the option of extension period(s) of up to and including 24 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period. Under this Contract the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation
77 Boucher Crescent
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Business Services Organisation, Procurement and Logistics Service (PaLS) will incorporate a standstill period at the point information on the award of the Contract 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 Contract 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.