- 1. Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
- 2. Belfast Health and Social Care Trust
- 3. Northern Health and Social Care Trust
- 4. South Eastern Health and Social Care Trust
- 5. Southern Health and Social Care Trust
- 6. Western Health and Social Care Trust
- 7. NI Ambulance Service Trust
- 8. NI Blood Transfusion Service
- 9. Business Services Organisation
Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Business Services Organisation
2 Franklin Street
Belfast
BT2 8DQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves 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
Healthcare Waste [3202726]
two.1.2) Main CPV code
- 90524400 - Collection, transport and disposal of hospital waste
two.1.3) Type of contract
Services
two.1.4) Short description
Healthcare Waste [3202726]
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: £5,700,000
two.2) Description
two.2.1) Title
Lot 1 – Collection and Transportation of Healthcare Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
- 90524100 - Clinical-waste collection services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 42320000 - Waste incinerators
- 45232470 - Waste transfer station
- 90514000 - Refuse recycling services
- 90512000 - Refuse transport services
- 90511000 - Refuse collection services
- 33141123 - Sharps containers
- 34144511 - Refuse-collection vehicles
- 90533000 - Waste-tip management services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
- 90513300 - Refuse incineration services
- 60000000 - Transport services (excl. Waste transport)
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Healthcare Waste [3202726]
two.2.5) Award criteria
Quality criterion - Name: Quality - Social Considerations / Weighting: 80
Price - Weighting: 20
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
The estimated value is inclusive of VAT in Contract Notice 2022/S 000-002519 was a range between 1 070 000 GBP to 22 000 000 GBP which has been calculated on the basis of a 60 month contract and maximum extension periods of up to and including 24 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period.
two.2) Description
two.2.1) Title
Lot 2 – Treatment and Recycling/Recovery/Disposal of Healthcare Waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
- 90524100 - Clinical-waste collection services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90510000 - Refuse disposal and treatment
- 90500000 - Refuse and waste related services
- 90524300 - Removal services of biological waste
- 42320000 - Waste incinerators
- 45232470 - Waste transfer station
- 90514000 - Refuse recycling services
- 90512000 - Refuse transport services
- 90511000 - Refuse collection services
- 33141123 - Sharps containers
- 34144511 - Refuse-collection vehicles
- 90533000 - Waste-tip management services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
- 90513300 - Refuse incineration services
- 60000000 - Transport services (excl. Waste transport)
- 42914000 - Recycling equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Healthcare Waste [3202726]
two.2.5) Award criteria
Quality criterion - Name: Quality - Social Considerations / Weighting: 70
Price - Weighting: 30
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
The estimated value is inclusive of VAT in Contract Notice 2022/S 000-002519 was a range between 2 500 000 GBP to 51 000 000 GBP which has been calculated on the basis of a 60 month contract and maximum extension periods of up to and including 24 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period.
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-002519
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 – Collection and Transportation of Healthcare Waste
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SRCL LTD
Indigo House
Leeds
LS10 2LF
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,268,050
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 – Treatment and Recycling/Recovery/Disposal of Healthcare Waste
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SRCL LTD
Indigo House
Leeds
LS10 2LF
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,431,910
Section six. Complementary information
six.3) Additional information
In section I.2 it is stated that this is a joint procurement and contract award is by a central purchasing body. This contract is not a joint contract, it is a central purchasing body contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority has identified the most economically advantageous tender (MEAT) for Lot 1 on the basis of the Price 80% and Quality 20%, once full compliance was demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 20% for Quality was 2 questions and details of the quality split and the evaluation process incorporating Price, Quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). The contracting authority has identified the most economically advantageous tender (MEAT) for Lot 2 on the basis of the Price 70% and Quality 30%, once full compliance was demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 30% for Quality was 3 questions and details of the quality split and the evaluation process incorporating Price, Quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). The value shown in II.1.5 of Contract Notice 2022/S 000-002519 will be used in the assessment of issues relating to materiality should they arise during the period of the contract.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation
77 Boucher Crescent
Belfast
Country
United Kingdom