Opportunity

Innovative Waste Solutions Dynamic Purchasing System

  • Countess of Chester Hospital NHS Foundation Trust

F02: Contract notice

Notice reference: 2021/S 000-016683

Published 15 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.coch.nhs.uk/

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

www.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Innovative Waste Solutions Dynamic Purchasing System

Reference number

DPS/08/IWS/20/AB

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The environmental impact of waste is of increasing concern, and innovative solutions to managing waste are required to minimise waste and improve the way it is managed whilst also complying with legislative and regulatory requirements.

Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services (CPS), invites applications to join a Dynamic Purchasing System (DPS) for Innovative Waste Solutions.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44613800 - Containers for waste material
  • 79410000 - Business and management consultancy services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services
  • 90524300 - Removal services of biological waste
  • 90524400 - Collection, transport and disposal of hospital waste

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The aim of this DPS is to provide a compliant route to market for innovative solutions for the management, minimisation and/or disposal of waste and associated services. These Goods and Services pertain to the management, minimisation and/or disposal of waste and associated services, and will work to:

• Reduce waste produced

• Reduce waste to landfill

• Increase recycling, including materials that are hard to recycle and traditionally go to landfill or incineration

• Innovative methods of processing waste

• Re-streaming waste

• Diverting waste from more polluting/more expensive waste streams to more economical/environmentally friendly routes

• Reducing the environmental impact of waste produced

The intention is to handle waste in an innovative way, to increase recycling, reduce waste to landfill, re-direct to alternative routes, create reusable materials and/or otherwise improve the sustainability and reduce the environmental impact of Contracting Authorities.

Contracting authorities may request goods and services that are not listed above but fall within the reasonable scope of innovative waste solutions. Providers may expand their service delivery to meet the contracting authorities business needs as they develop their strategies.

The scope includes provision for providers to offer financing, lease or capital purhcase options on request to support the delivery of these services.

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

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Electronic auctions may be used in further competitions.

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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 August 2021

Local time

11:59pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Suppliers instructions how to express interest and apply to this DPS:

1) browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities.

2) select the title of the DPS.

3) review the Introduction and instructions, outline specification, pre-requisites and list of eligible users (you may do this without registering).

4) register your organisation on the eSourcing portal (this is only required once).

5) accept the portal terms and conditions and click ‘continue’, enter your organisation and user details; note the username you chose and click ‘Save’ when complete.

You will shortly receive an email with your unique password (please keep this secure).

6) login to the portal with the username/password.

7) click the ‘PQQs/ITTs Open To All Suppliers’ link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier).

8) click on the relevant PQQ/ITT to access the content.

9) click the ‘Express Interest’ button at the top of the page. This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.

10) Responding to the PQQ. Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).

You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom