Future opportunity

Reusable Waste Container Service for Healthcare Sharps and Clinical Waste

  • NHS Supply Chain

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-009210

Published 28 April 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Skipton House, 80 London Road

London

SE1 6LH

Email

gavin.staniforth2@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from another address:

DHL Supply Chain Limited

Normanton

Contact

Gavin Staniforth

Email

gavin.staniforth2@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://nhssupplychain.app.jaggaer.com/

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Reusable Waste Container Service for Healthcare Sharps and Clinical Waste

two.1.2) Main CPV code

  • 85110000 - Hospital and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Supply and service for Reusable Waste Container Healthcare Sharps and Clinical Waste.

This will include, but not be limited to:

1) Provision of different sized reusable sharps clinical waste containers covering waste segregation categories under HTM07-01;

2) Associated container accessories;

3) A container delivery, removal, waste disposal, cleaning and reprocessing service, and;

4) Customer support including training, site audits and provision of management data associated with all aspects the service provision;

5) Applicants must have standard ISO23907-2:2019

Precise quantities are unknown. It is anticipated that within the first 12 months of the Framework Agreement the value of purchases will be circa £4,000,000 (Cost ex VAT). The figures for the total estimated value is based upon a 4 year term and builds in any forecasted growth as an estimation. The estimated value over the total Framework Agreement term is estimated to be in the region of £20,000,000 (Cost ex VAT).

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141123 - Sharps containers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 28 days.

NHS Supply Chain is currently considering the opportunity of entering into the market for the supply and service of supply and service for Reusable Waste Container Healthcare Sharps and Clinical Waste.

NHS Supply Chain intends to enter into Framework Agreements with supplier(s) of these products/services following this notice should there only be only 1 available supplier. The Term of this Framework Agreement is anticipated to be 36 months with the option to extend for a further 36months. As a service a six-year terms would be more beneficial to the NHS, however if at the 36 months there are new entries to the market NHS Supply Chain may tender earlier.

For the avoidance of doubt, this Framework does not cover the provision for Single Use Sharps and Clinical Waste Containers.

As part of its strategy, NHS Supply Chain anticipates engaging with suppliers of these products/services. If you would like to contract with NHS Supply Chain in respect of the products which are the subject of this procurement, then please contact NHS Supply Chain using the eprocurement messaging centre and register your expression of

Interest.

The following will be a required in order to be considered for this opportunity.

1) ISO9001:2015

Current and in date certification for ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. Commit to obtain ISO9001:2015 will not be accepted. Please refer to SQ_78 - REUSABLE for location to provide this detail.

2) Medical Devices Directive 93/42/EEC

Evidence of compliance to the Medical Devices Directive 93/42/EEC, Applicants must provide the following 2 forms of evidence: a valid, in date CE certificate issued by a notified body covering the scope of products that are to be tendered for and an EC declaration of conformity covering all product lines.

Commit to obtain certificates and/or declarations of conformity will not be accepted. Please refer to SQ_78 - REUSABLE for location to provide this detail.

3) ISO23907-2:2019

Current and in date certification for IS O23907-2:2019 accredited by the United Kingdom Accreditation Service (or equivalent) Please refer to SQ_78 - REUSABLE for location to provide this detail.

4) Insurances

Employer’s (Compulsory) Liability Insurance (£5,000,000 per occurrence)

Public Liability Insurance (£5,000,000 per occurrence)

Product Liability Insurance (£5,000,000 per occurrence)

Professional Indemnity Liability Insurance (£5,000,000 per occurrence)

Please refer to SQ_78 - REUSABLE for location to provide this detail.

5) Grounds for Exclusion

Grounds for Exclusion and Minimum Requirements will be sent to interested parties via the eprocurement system.

Any Applicants which do not meet all of the selection requirements set out in the Grounds for Exclusion and Minimum Requirements which must be completed in full; or (2) explain to NHS Supply Chain’s satisfaction why they do not) will be treated as ineligible for the Framework Agreement, their response will not be considered further. Please refer to SQ_78 - REUSABLE for location to provide this detail.

The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products (Transacted) and one for Direct Contract Products.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as

Non-Direct Contract Products (Transacted) which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.

two.3) Estimated date of publication of contract notice

1 June 2021


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes