Contract

Healthcare Waste [3202726]

  • Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
  • Belfast Health and Social Care Trust
  • Northern Health and Social Care Trust
  • South Eastern Health and Social Care Trust
  • Southern Health and Social Care Trust
Show 4 more buyers Show fewer buyers
  • Western Health and Social Care Trust
  • NI Ambulance Service Trust
  • NI Blood Transfusion Service
  • Business Services Organisation

F03: Contract award notice

Notice identifier: 2022/S 000-016571

Procurement identifier (OCID): ocds-h6vhtk-02b0b9

Published 16 June 2022, 3:27pm



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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

bidsteam@srcl.com

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

Email

bidsteam@srcl.com

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