Tender

Primary Packaging for the Disposal of Clinical Waste

  • 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
  • Western Health and Social Care Trust
Show 3 more buyers Show fewer buyers
  • Northern Ireland Ambulance Service Trust
  • Northern Ireland Blood Transfusion Service
  • Business Services Organisation Procurement and Logistics Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-005969

Procurement identifier (OCID): ocds-h6vhtk-060cc4

Published 22 January 2026, 5:10pm



Scope

Reference

5871231

Description

Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) is seeking to establish a Framework for the supply and delivery of Containers for the safe disposal of Sharps and/or Non-sharps Clinical Waste.

Commercial tool

Establishes a framework

Total value (estimated)

  • £10,499,000 excluding VAT
  • £12,601,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 June 2026 to 31 May 2030
  • 4 years

Options

The right to additional purchases while the contract is valid.

The Buyer reserves the right to increase the product range depending on Buyer requirements. The Total value (estimated) has been calculated on the basis of a four year Framework, contingency for potential increase in usage, price increases and potential extension(s) of up and including 18 months for procurement exercises.

Main procurement category

Goods

CPV classifications

  • 44613800 - Containers for waste material
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

Lot 1. Lot 1 - Supply and Delivery of Sharps Clinical Waste Containers and Associated Products

Description

The supply and delivery of Sharps Clinical Waste Containers intended to hold Hazardous Sharps Clinical Waste

The values stated at Lot value (estimated) are the highest values in the following ranges £0 to £4,492,000 (excluding VAT) £0 to £5,392,000 (including VAT) which has been calculated on the basis of a four year Framework, contingency for potential increase in usage, price increases and potential extension(s) of up and including 18 months for procurement exercises.

Framework lot values may be shared with other lots.

Lot value (estimated)

  • £4,492,000 excluding VAT
  • £5,392,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2 - Supply and Delivery of Plastic Clinical Waste Containers and Associated Products

Description

Supply and Delivery of Plastic Clinical Waste Containers and Associated Products.

The values stated at Lot value (estimated) are the highest values in the following ranges £0 to £5,744,000 (excluding VAT) and £0 to £6,893,000 (including VAT) which has been calculated on the basis of a four year Framework, contingency for potential increase in usage, price increases and potential extension(s) of up and including 18 months for procurement exercises.

Framework lot values may be shared with other lots.

Lot value (estimated)

  • £5,744,000 excluding VAT
  • £6,893,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Lot 3 - Supply and Delivery of Non-Plastic Clinical Waste Containers and Associated Products

Description

Supply and Delivery of Non-Plastic Clinical Waste Containers and Associated Products.

The values stated at Lot value (estimated) are the highest values in the following ranges £0 to £263,000 (excluding VAT) and £0 to £316,000 (including VAT) which has been calculated on the basis of a four year Framework, contingency for potential increase in usage, price increases and potential extension(s) of up and including 18 months for procurement exercises.

Framework lot values may be shared with other lots.

Lot value (estimated)

  • £263,000 excluding VAT
  • £316,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

This is a closed Framework which will operate either a Direct Call-Off system or Secondary Competition whereby the Buyer will engage the services of the Framework Provider through a Direct Call-off or Secondary Competition or both. As detailed within the Tender documentation.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Enquiry deadline

13 February 2026, 3:00pm

Tender submission deadline

23 February 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 16 November 2029


Award criteria

Lot 1. Lot 1 - Supply and Delivery of Sharps Clinical Waste Containers and Associated Products

This table displays the award criteria of the lot
Name Description Type
Mandatory Mid-Tier Schedules

Pass/Fail as detailed in the Tender documentation

Quality
Compliance with the scope and requirement of Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide a copy of the plan as per paragraph 6.6.1 Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide their approach to supporting the Buyer as per paragraph 6.11.5, Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide a copy of their Business Continuity and Disaster Recovery Plan as per paragraph 21.2, Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Price

100% as detailed in the Tender documentation

Price
Product Assessment

Validation of conformance to Annex A - Sample Submission Instructions and Annex B - Compliance Delivery Document and Annex C - Sample and Packaging Assessment Document - as applicable to the lot.

Quality

Weighting description

As detailed in the Tender documentation

Lot 2. Lot 2 - Supply and Delivery of Plastic Clinical Waste Containers and Associated Products

This table displays the award criteria of the lot
Name Description Type
Mandatory Mid-Tier Schedules

Pass/Fail as detailed in the Tender documentation

Quality
Compliance with the scope and requirement of Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide a copy of the plan as per paragraph 7.5.1 Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide a copy of their Business Continuity and Disaster Recovery Plan as per paragraph 21.2, Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Price

100% as detailed in the Tender documentation

Price
Product Assessment

Validation of conformance to Annex A - Sample Submission Instructions and Annex B - Compliance Delivery Document and Annex C - Sample and Packaging Assessment Document - as applicable to the lot.

Quality

Weighting description

As detailed in the Tender documentation

Lot 3. Lot 3 - Supply and Delivery of Non-Plastic Clinical Waste Containers and Associated Products

This table displays the award criteria of the lot
Name Description Type
Mandatory Mid-Tier Schedules

Pass/Fail as detailed in the Tender documentation

Quality
Compliance with the scope and requirement of Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide a copy of the plan as per paragraph 8.3.1 Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide their approach to supporting the Buyer as per paragraph 8.11.5, Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Confirmation that the Supplier will provide a copy of their Business Continuity and Disaster Recovery Plan as per paragraph 21.2, Schedule 02 (Specification)

Pass/Fail as detailed in the Tender documentation

Quality
Price

100% as detailed in the Tender documentation

Price
Product Assessment

Validation of conformance to Annex A - Sample Submission Instructions and Annex B - Compliance Delivery Document and Annex C - Sample and Packaging Assessment Document - as applicable to the lot.

Quality

Weighting description

As detailed in the Tender documentation


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

Preliminary market engagement conducted under PCR2015. The notice reference is 2024/S 000-040004 published on 11 December 2024.


Contracting authorities

Belfast Health and Social Care Trust

  • Public Procurement Organisation Number: PLQJ-5727-JCLR

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Health and Social Care Trust

  • Public Procurement Organisation Number: PBRP-6676-CQZY

Bretten Hall, Bush Road

Antrim

BT41 2RL

United Kingdom

Region: UKN0D - Antrim and Newtownabbey

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

South Eastern Health and Social Care Trust

  • Public Procurement Organisation Number: PLGY-6381-WWWR

Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

United Kingdom

Region: UKN0E - Lisburn and Castlereagh

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Southern Health and Social Care Trust

  • Public Procurement Organisation Number: PJCC-1957-RCGP

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

United Kingdom

Region: UKN07 - Armagh City, Banbridge and Craigavon

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Western Health and Social Care Trust

  • Public Procurement Organisation Number: PTVW-2397-PWCT

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

United Kingdom

Region: UKN0A - Derry City and Strabane

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Ireland Ambulance Service Trust

  • Public Procurement Organisation Number: PDNY-7965-NNDW

Knockbracken Healthcare Park, Saintfield Road

Belfast

BT8 8SG

United Kingdom

Region: UKN0E - Lisburn and Castlereagh

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Ireland Blood Transfusion Service

  • Public Procurement Organisation Number: PTNY-7183-GXBY

Belfast City Hospital

Belfast

BT9 7TS

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Business Services Organisation Procurement and Logistics Service

  • Public Procurement Organisation Number: PWNJ-1991-NGDW

77 Boucher Crescent

Belfast

BT12 6HU

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland


Contact organisation

Contact Business Services Organisation Procurement and Logistics Service for any enquiries.