Tender

Healthcare Waste [3202726]

  • Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
  • Belfast Health and Social Care Trust
  • Northern Health and Social Care Trust
  • South Eastern Health and Social Care Trust
  • Southern Health and Social Care Trust
Show 4 more buyers Show fewer buyers
  • Western Health and Social Care Trust
  • NI Ambulance Service Trust
  • NI Blood Transfusion Service
  • Business Services Organisation

F02: Contract notice

Notice identifier: 2022/S 000-002519

Procurement identifier (OCID): ocds-h6vhtk-02b0b9

Published 28 January 2022, 11:15am



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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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.