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
| 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
| 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
| 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.