Section one: Contracting authority
one.1) Name and addresses
2Gether Support Solutions Limited
William Harvey Hospital, Kennington Road, Ashford
Kent
TN24 0LZ
Contact
Senior Category Manager - Corporate & Facilities (TEKH1214)
2gether.2getherprocurement@nhs.net
Country
United Kingdom
Region code
UKJ44 - East Kent
Internet address(es)
Main address
https://www.2gethersupportsolutions.org/
Buyer's address
https://www.2gethersupportsolutions.org/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Sustainable Healthcare Waste Management and Minimisation Services
Reference number
C174004
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
2gether Support Solutions Ltd., a wholly owned subsidiary company of East Kent Hospitals University NHS Foundation Trust, (“2gether’s Procurement services”) is working with Kent and Medway NHS and Social Care Partnership Trust, Kent Community Health NHS Foundation Trust, Maidstone and Tunbridge Wells NHS Trust, Medway Community Healthcare CIC, and Medway NHS Foundation Trust (collectively known as the Southeast NHS Total Waste Consortium, the "Consortium") is issuing an Invitation To Tender ("ITT") in connection with a competitive procurement for Sustainable Healthcare Waste Management and Minimisation Services (the “Services”).
The Consortium’s waste strategy aims to improve waste management practices and make them more efficient and sustainable, to save on cost, improve hospital function, and reduce the impact on the environment in line with NHS net zero carbon commitments. Whilst making efficiency savings in this area of expenditure is significantly important to the Consortium, other service delivery improvements are also required, including reducing the overall barriers to entry to encourage greater interest and competition from the market – irrespective of Bidder size, niche ability or differing service model offering.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
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
Clinical Hazardous & Non-Hazardous Healthcare Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 34928480 - Waste and rubbish containers and bins
- 90524400 - Collection, transport and disposal of hospital waste
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 44613800 - Containers for waste material
- 90510000 - Refuse disposal and treatment
- 42320000 - Waste incinerators
- 90511000 - Refuse collection services
- 19640000 - Polythene waste and refuse sacks and bags
- 79723000 - Waste analysis services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Collection sites as stated in the procurement documents
two.2.4) Description of the procurement
In accordance with legislation and waste regulation, the collection, transportation and disposal of clinical hazardous & non-hazardous healthcare waste, including infectious waste, pathological waste, pharmaceutical waste and offensive/hygiene waste.
Clinical Waste is defined as:
a. “…any waste which consists wholly or partly of human or animal tissue, blood or other body fluids, excretions, drugs or other pharmaceutical products, swabs or dressings, syringes, needles or other sharp instruments, being waste which unless rendered safe, may prove hazardous to any person coming into contact with it; and
b. any other waste arising from medical, nursing, dental, veterinary, pharmaceutical or similar practice, investigation, treatment, care, teaching or research, or the collection of blood for transfusion, being waste which may cause infection to any person coming into contact with it.”
(Clauses 4.7 and 4.8, Environment and Sustainability Health Technical Memorandum 07-01: Safe management of healthcare waste.)
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
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to overall service performance and earlier termination in accordance with the Contract's terms and conditions, there may be a formal option to extend the contract by a further sixty (60) months, with this being reviewed by the Contracting Authority no later than six (6) months prior to the fifth anniversary of the Contract's commencement date.
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 Healthcare Waste
Lot No
4
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
- 90500000 - Refuse and waste related services
- 79723000 - Waste analysis services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Collection sites as stated in the procurement documents
two.2.4) Description of the procurement
In accordance with relevant legislation and waste regulation, the storage, collection and final disposal of confidential healthcare waste. Waste minimisation and incorporated recycling systems as well as on-site and off-site shredding services may also included. The successful Bidder must be able to carry out a start to end process of the collection and destruction of confidential waste compliantly and securely.
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: £825,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to overall service performance and earlier termination in accordance with the Contract's terms and conditions, there may be a formal option to extend the contract by a further sixty (60) months, with this being reviewed by the Contracting Authority no later than six (6) months prior to the fifth anniversary of the Contract's commencement date.
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 and Recyclable Healthcare Waste
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90500000 - Refuse and waste related services
- 19640000 - Polythene waste and refuse sacks and bags
- 42320000 - Waste incinerators
- 44613800 - Containers for waste material
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 34928480 - Waste and rubbish containers and bins
- 79723000 - Waste analysis services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Collection sites as stated in the procurement documents.
two.2.4) Description of the procurement
In accordance with relevant legislation and waste regulation, the collection, transportation, disposal and appropriate recycling of domestic, general and miscellaneous healthcare waste (mixed municipal waste from healthcare and related sources that is the same as, or similar to, black-bag domestic waste from domestic households), which may also include food waste, Waste Electrical and Electronic Equipment (WEEE) recycling, safe and secure disposal of IT equipment and other assets, bulky waste and provision of multi-sized skips / compactors.
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: £8,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to overall service performance and earlier termination in accordance with the Contract's terms and conditions, there may be a formal option to extend the contract by a further sixty (60) months, with this being reviewed by the Contracting Authority no later than six (6) months prior to the fifth anniversary of the Contract's commencement date.
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
- 90524000 - Medical waste services
- 44613800 - Containers for waste material
- 34928480 - Waste and rubbish containers and bins
- 90510000 - Refuse disposal and treatment
- 90512000 - Refuse transport services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 79723000 - Waste analysis services
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Collection sites as stated in the procurement documents
two.2.4) Description of the procurement
The provision of a safe, sustainable and compliant managed solution for the implementation, supply, collection, return and cleaning of reusable sharps containers.
In accordance with legislation and waste regulation, the storage, collection, treatment and return of sharps containers and clinical waste containers generated by the Contracting Authority. Used containers shall be treated and reassembled in order to be re-used.
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: £4,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to overall service performance and earlier termination in accordance with the Contract's terms and conditions, there may be a formal option to extend the contract by a further sixty (60) months, with this being reviewed by the Contracting Authority no later than six (6) months prior to the fifth anniversary of the Contract's commencement date.
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
Total Healthcare Waste Management
Lot No
5
two.2.2) Additional CPV code(s)
- 90524400 - Collection, transport and disposal of hospital waste
- 79723000 - Waste analysis services
- 90510000 - Refuse disposal and treatment
- 44613800 - Containers for waste material
- 42320000 - Waste incinerators
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90524100 - Clinical-waste collection services
- 19640000 - Polythene waste and refuse sacks and bags
- 34928480 - Waste and rubbish containers and bins
- 90512000 - Refuse transport services
- 90511000 - Refuse collection services
- 90524000 - Medical waste services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Collection sites as stated in the procurement documents
two.2.4) Description of the procurement
In accordance with legislation and waste regulation, and in addition to the supply, and management of bins, skips, compactors and training in relation to healthcare waste segregation, a Total Healthcare Waste Management Managed Service and other services (commonly known as Total Healthcare Waste Management) shall include the supply, management, transportation and disposal of all healthcare waste streams, for example, domestic waste, hazardous waste, clinical waste including sharps, medical sharps disposal, (single and/or reusable containers), feminine hygiene and washroom services, confidential waste disposal and destruction, IT Equipment disposal and destruction, food waste disposal, metals disposal and recycling, including single use instruments.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to overall service performance and earlier termination in accordance with the Contract's terms and conditions, there may be a formal option to extend the contract by a further sixty (60) months, with this being reviewed by the Contracting Authority no later than six (6) months prior to the fifth anniversary of the Contract's commencement date.
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.2.14) Additional information
Bidders are not invited to submit a Tender for Lot 5.
Instead, where a Bidder has tendered for each individual Lot #1, #2, #3 and #4, 2gether’s Procurement services will combine the scores achieved to establish a calculated Lot #5 overall score.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-024085
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 July 2023
Local time
4:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 July 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Suitably experienced providers wishing to bid for this Sustainable Healthcare Waste Management and Minimisation Services contract opportunity, reference number C174004, must submit their Tender response via the Contracting Authority's e-Tendering system, http://health-family.force.com/s/Welcome.
The Contracting Authority reserves the not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
Bidders should note that they will be required to enter into terms and conditions of contract as set out in the procurement documents and that save for matters of clarification or consistency, the Contracting Authority will not negotiate the terms.
The Contracting Authority will not accept completed ITT's after the stated closing date. All documents to be priced (where applicable) in sterling and all payments made in sterling.
All tender costs and liabilities incurred by Bidders shall be the sole responsibility of that Bidder.
For information on the review procedure bidders are referred to Regulation 86 (Notice of decision to award a contract or conclude a framework agreement); Regulation 87 (Standstill Period) and Regulation 91 to 102 of the Public Contracts Regulations 2015 (PCR 2015).
Following any decision to award the concession contract, the contracting authority will providing debriefing information to unsuccessful bidders (in accordance with Regulation 86 of the PCR 2015) and observe a minimum ten day standstill period (in accordance with Regulation 87 of the PCR 2015) before the contract is entered into.
six.4) Procedures for review
six.4.1) Review body
East Kent Hospitals University NHS Foundation Trust
Trust Headquarters, Kent and Canterbury Hospital, Ethelbert Road
Canterbury
CT1 3NG
Country
United Kingdom