Section one: Contracting authority
one.1) Name and addresses
East and North Hertfordshire NHS Trust
Lister Hospital, Coreys Mill Lane
Stevenage
SG1 4AB
Contact
Alex Trollope
Telephone
+44 7766160105
Country
United Kingdom
NUTS code
UKH - East of England
Internet address(es)
Main address
https://www.enherts-tr.nhs.uk/
Buyer's address
https://www.health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
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://health-family.force.com/s/Welcome
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
ENHT - Waste Management
Reference number
T/05-22/1259
two.1.2) Main CPV code
- 90524000 - Medical waste services
two.1.3) Type of contract
Services
two.1.4) Short description
The East and North Hertfordshire NHS Trust ("ENHT", "the Authority") is seeking to procure Waste Management Services across its multiple sites. The initial 3 year contract(s) will have a commencement date of 1 November 2022.
At the first (SQ) stage of the procurement, Bidders are invited to submit a single completed questionnaire for any combination of the eight Waste Management lots.
To access the full suite of tender documentation, electronically and free-of-charge, Bidders should log in or register on the Atamis Health Family E-Procurement system (https://health-family.force.com/s/welcome). The Contract Reference is C76217.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Total Waste Management (TWM)
Lot No
8
two.2.2) Additional CPV code(s)
- 90524000 - Medical waste services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 8 is for the provision of a Total Waste Management (TWM) service to cover all waste streams.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation.
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
Hazardous Chemical Waste
Lot No
7
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 7 covers the disposal of chemicals, mercury, pesticides, oils / paints, products containing CFCs and solvents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation.
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
WEEE, Florescent Tubes and GDL
Lot No
6
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 6 covers hazardous non healthcare waste including lead acid batteries, Ni-Cd batteries, lithium batteries, electronic/electrical equipment (WEEE), fluorescent tubes, fridges and refrigeration equipment, IT equipment and television sets.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the the 50% pass threshold for the SQ evaluation.
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
Food Waste
Lot No
5
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 5 covers the transportation of food wastes to an agreed location or locations for the disposal of such wastes and procuring the disposal of such food wastes by an agreed process of disposal which has been authorised for that express purpose.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation
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
Confidential Waste Destruction and Disposal
Lot No
4
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 4 covers the handling of all confidential waste, allowing the Authority to comply with legislation and best practices surrounding the handling of confidential waste and ensuring that the client, employee and confidential business information is kept secure at all times for destruction or destroyed as defined by the Data Protection Act 1998.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation.
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
Domestic Waste and Recyclables
Lot No
3
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 3 covers domestic/general and dry mixed recycling waste. Categories included within this contract are not limited to: aerosols, aluminium products, cardboard, flowers, furniture, garden waste, general non confidential office waste, glass, newspapers, packaging, paper towels, pallets, textiles, tissues and plastic bottles.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation.
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
Reusable Sharps
Lot No
2
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 2 covers the managed solution for the implementation, supply, collection and cleaning of reusable sharps containers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation.
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
Clinical Healthcare Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This Lot 1 covers Clinical Healthcare Waste: to include (but not be exclusive to) clinical waste, offensive (hygiene) waste, pharmaceutical waste (including cytotoxic and cytostatic medicines), anatomical waste, sharps and laboratory wastes (cultures and chemicals used in the diagnosis, provision and treatment of human healthcare) and wastes that are dangerous for carriage. All such waste streams may cause infection or prove hazardous to any person coming into contact with them.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended up to a further 2 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Bidders must achieve the 50% pass threshold for the SQ evaluation.
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
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 June 2022
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
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The top six highest ranking bidders in each lot that pass the minimum pass threshold (50%) will be issued with an ITT.
The Authority intends to either:
• Award contracts to each of the Tenders that are the most economically advantageous in each of the individual lots (Lots 1-7); or
• Award a single contract to the Tender that is the most economically advantageous in the TWM lot (Lot 8).
A key principle in the Hertfordshire and West Essex ICS is that of collaborative working. In the spirit of operating as an ICS, procurement projects where practicable should be undertaken on the basis that the outcome will be applicable to all parties (whether immediately or subsequently). Therefore, the terms of any contract resulting from this procurement shall permit partner organisations to join the agreement at the agreed ENHT contract rates and under the existing terms and conditions. ENHT’s ICS partners are the Hertfordshire Community NHS Trust (HCT), Hertfordshire Partnership University NHS Foundation Trust (HPFT), The Princess Alexandra Hospital NHS Trust (PAH) and West Hertfordshire Teaching Hospitals NHS Trust (WHHT).
The estimated total value provided in Section II.1.5 is an estimate based on all ICS partners joining the agreement. A lower estimate of £5,000,000 applies for ENHT contracts only. Spend and volumes may vary throughout the life of the contract(s).
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom