Awarded contract

Total Waste Management Services II

  • North of England Commercial Procurement Collaborative (NOE CPC)

F03: Contract award notice

Notice reference: 2021/S 000-010144

Published 10 May 2021, 3:26pm



Section one: Contracting authority

one.1) Name and addresses

North of England Commercial Procurement Collaborative (NOE CPC)

SAVILE STREET EAST

SHEFFIELD

S47UQ

Contact

NOE CPC

Email

Procurement@noecpc.nhs.uk

Telephone

+44 1142122122

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://in-tendhost.co.uk/noecpc/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Total Waste Management Services II

Reference number

CPC 03600

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

This framework agreement is split into 6 Lots covering the main waste services contracted by the NHS and wider public sector bodies. It aims to provide a compliant route to market for contracting authorities for a safe, sustainable, and efficient waste management service covering:

Lot 1 General Waste and Recycling

Lot 2 Healthcare and related waste (including clinical waste)

Lot 3 Reusable Sharps Containers and Related Waste

Lot 4 Washroom Waste

Lot 5 Confidential Waste

Lot 6 Total Waste Management Services

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £330,000,000

two.2) Description

two.2.1) Title

General Waste and Recycling

Lot No

1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Lot 1 - General Waste and Recycling

The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework - subject to NOE CPC approval.

Barnsley Facilities Services Limited (Barnsley Hospital NHS Foundation Trust)

Bradford Teaching Hospitals NHS Foundation Trust

Calderdale and Huddersfield Solutions Limited (Calderdale and Huddersfield NHS Foundation Trust)

Derbyshire Community Health Services NHS Foundation Trust

Derbyshire Support and Facilities Services Limited (Chesterfield Royal Hospital NHS Foundation Trust)

Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust

Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust)

Humber Teaching NHS Foundation Trust

Isle of Man Department of Health & Social Care

James Paget University Hospitals NHS Foundation Trust

Leeds and York Partnership NHS Foundation Trust

Leeds Community Healthcare NHS Trust

Leeds Teaching Hospitals NHS Trust

Leicestershire Partnership NHS Trust

Lincolnshire Community Health Services NHS Trust

Lincolnshire Partnership NHS Foundation Trust

Locala Community Partnerships

Mid Yorkshire Hospitals NHS Trust

Northern Lincolnshire and Goole NHS Foundation Trust

Sheffield Children's NHS Foundation Trust

Sheffield Health & Social Care NHS Foundation Trust

Sheffield Teaching Hospitals NHS Foundation Trust

Sherwood Forest Hospitals NHS Foundation Trust

The Newcastle Upon Tyne Hospitals NHS Foundation Trust

The Rotherham NHS Foundation Trust

United Lincolnshire Hospitals NHS Trust

University Hospitals of Derby and Burton NHS Foundation Trust

University Hospitals of Leicester NHS Trust

York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospital NHS Foundation Trust)

York Teaching Hospital NHS Foundation Trust

Yorkshire Ambulance Service NHS Trust

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members

and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations:

The NHS in England (National Health Service for the United Kingdom) including but not limited to

Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups:

https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams:

https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities:

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement:

https://improvement.nhs.uk/

Department of Health:

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

Arm's Length Bodies:

https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

https://www.england.nhs.uk/stps/view-stps/

NHS England:

https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence:

Liberating the NHS published July 2010.

CCG: https://www.england.nhs.uk/resources/ccg-directory/

CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The Clinical Commissioning Board, Area Teams:

https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

a) who are a party to any of the following contracts:

- General Medical Services (GMS)

- Personal Medical Services (PMS)

- Alternative Provider Medical Services (APMS) and/or

b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales:

http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at:

http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies:

http://online.hscni.net/

Social Enterprise UK:

https://www.socialenterprise.org.uk

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils)

Local Councils in England, Scotland and Wales:

https://www.gov.uk/find-local-council

Local Authority Councils in Northern Ireland:

https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at Section VI.3 Additional Information.

two.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

two.2) Description

two.2.1) Title

Healthcare Waste and Lot 3 Reusable Sharps Waste (combined requirements)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services
  • 90524400 - Collection, transport and disposal of hospital waste

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Lot 2 Healthcare Waste & Lot 3 Reusable Sharps Waste (combined requirements)

Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework - subject to NOE CPC approval.

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members

and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

two.2) Description

two.2.1) Title

Reusable Sharps Waste

Lot No

3

two.2.2) Additional CPV code(s)

  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services
  • 90524400 - Collection, transport and disposal of hospital waste

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Lot 3 Reusable Sharps Waste

Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework - subject to NOE CPC approval.

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members

and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

two.2) Description

two.2.1) Title

Washroom Waste

Lot No

4

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Lot 4 Washroom Waste

Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework - subject to NOE CPC approval.

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members

and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

two.2) Description

two.2.1) Title

Confidential Waste

Lot No

5

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Lot 5 Confidential Waste

Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework - subject to NOE CPC approval.

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members

and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

two.2) Description

two.2.1) Title

Total Waste Management

Lot No

6

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Lot 6 Total Waste Management

Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework - subject to NOE CPC approval.

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members

and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.6) Information about electronic auction

An electronic auction will be used

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: 2020/S 227-560595


Section five. Award of contract

Lot No

1

Title

General Waste and Recycling

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House, Dock Road South

Bromborough

CH62 4SQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Biffa Waste Services Limited

Coronation Road, Cressex, High Wycombe,

Buckinghamshire

HP12 3TZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Environmental Waste Controls Ltd

Laurel House, Kitling Rd, Knowsley Business Park,

Prescot

L34 9JA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street,

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

SUEZ Recycling and Recovery UK Ltd

Suez House, Grenfell Road, Maidenhead,

Berkshire

SL6 1ES

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road

London

N1 9JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Viridor Waste Management Limited

Viridor House, Youngman Place, Priory Bridge Road, Taunton,

Somerset

TA1 1AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section five. Award of contract

Lot No

2

Title

Healthcare Waste and Lot 3 Reusable Sharps Waste (combined requirements)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Cliniwaste

The Learig, Skelmorlie

Largs

PA17 5EZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medisort Limited

Unit A, Fort Road,

Littlehampton

BN17 7QU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Personnel Hygiene Services Ltd

Block B, Western Industrial Estate,

Caerphilly

CF83 1XH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sharpsmart Ltd

Unit 44, Enterprise City, Meadowfield Avenue, Spennymoor,

County Durham

DL6 6JF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SRCL Ltd T/A Stericycle

Indigo House, Sussex Avenue,

Leeds

LS10 2LF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tradebe Healthcare National Ltd

Atlas House, Globe Park,

Bucks

SL7 1EY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road,

London

N1 9JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Viridor Waste Management Limited

Viridor House, Youngman Place, Priory Bridge Road, Taunton,

Somerset

TA1 1AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £100,000,000

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

3

Title

Reusable Sharps Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Medisort Limited

Unit A, Fort Road,

Littlehampton

BN17 7QU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street,

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sharpsmart Ltd

Unit 44, Enterprise City, Meadowfield Avenue, Spennymoor,

County Durham

DL6 6JF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SRCL Ltd T/A Stericycle

Indigo House, Sussex Avenue,

Leeds

LS10 2LF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section five. Award of contract

Lot No

4

Title

Washroom Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Personnel Hygiene Services Ltd

Block B, Western Industrial Estate,

Caerphilly,

CF83 1XH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Rentokil T/A Initial Medial Services

Riverbank Meadows Business Park, Station Approach, Camberley,

Surrey

GU17 9AB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £30,000,000

Total value of the contract/lot: £30,000,000


Section five. Award of contract

Lot No

5

Title

Confidential Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House, Dock Road South,

Bromborough

CH62 4SQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street,

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Restore Datashred Limited

Unit Q1 Queen Elizabeth Distribution Centre, Purfleet,

Essex

RM19 1NA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Shred Station Ltd

Osborne House, Wendover Road,

Norwich

NR13 6LG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Shredall (EM) Ltd

Joy House, Bestwood Business Park, Park Road, Bestwood Village,

Nottingham

NG6 8TQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Shred-it Limited

Corner House, 177 Cross Street,

Sale

M33 7JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

SUEZ Recycling and Recovery UK Ltd

Suez House, Grenfell Road, Maidenhead,

Berkshire

SL6 1ES

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Uniscope International Ltd T/A U Shred Ltd

77 Middle Hillgate, Stockport,

Cheshire

SK1 3EH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road,

London

N1 9JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Viridor Waste Management Limited

Viridor House, Youngman Place, Priory Bridge Road, Taunton,

Somerset

TA1 1AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £30,000,000

Total value of the contract/lot: £30,000,000


Section five. Award of contract

Lot No

6

Title

Total Waste Management

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House, Dock Road South,

Bromborough

CH62 4SQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mitie Waste & Environmental Services Ltd

Level 12, The Shard, 32 London Bridge Street,

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sharpsmart Ltd

Unit 44, Enterprise City, Meadowfield Avenue, Spennymoor

County Durham

DL6 6JF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Veolia Environmental Services (UK) Ltd

8th Floor, 210 Pentonville Road,

London

N1 9JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £70,000,000

Total value of the contract/lot: £70,000,000


Section six. Complementary information

six.3) Additional information

For details of the list of eligible entities who may utilise the resulting agreement(s), subject to the prior agreement of NOE CPC, please refer to the original Contract Notice

Section II.2.4 - Description of Procurement

Section II.2.11 - Information about options

Section VI.3 - Additional Information

six.4) Procedures for review

six.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC)

Sheffield

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.

Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.