Section one: Contracting authority
one.1) Name and addresses
South East Coast Ambulance Service NHS Foundation Trust
Nexus House, Gatwick Road
Crawley
RH10 9BG
Contact
Karen Clark
Telephone
+44 7423797196
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
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://commercialsolutions.bravosolution.co.uk/web/login.shtml
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Ambulance Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Refuse and waste related services
Reference number
Integrated Waste Management Services-LPP/2017/011 Framework
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
SECAmb are inviting suppliers awarded to Lot 1-Integrated Waste Management of the LPP Waste Management Framework, Reference: LPP/2017/011 (OJEU Reference Number 2017/S 126-256823) to provide refuse and waste treatment and disposal services.
The duration of this Agreement is for a three (3) year period with the option to extend, at the Authority's discretion, for a further two (2) one-year periods, up to a maximum five (5) years in total.
two.1.5) Estimated total value
Value excluding VAT: £587,505
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Brighton & Hove, East & West Sussex, Kent, Surrey and North East Hampshire
two.2.4) Description of the procurement
SECAmb are inviting suppliers awarded to Lot 1-Integrated Waste Management of the LPP Waste Management Framework, Reference: LPP/2017/011 (OJEU Reference Number 2017/S 126-256823) to provide refuse and waste treatment and disposal services. The main requirements are the collection and disposal/treatment of:
• all forms of non-hazardous domestic and commercial waste
• all forms of hazardous domestic and general commercial waste
• clinical waste* (including sharps)
• offensive waste
• confidential waste, including Medical records
• catering waste
During the life of the contract there may be a need to include for the collection and disposal/treatment of:
• bulky/obsolete items
• Waste Electrical and Electronic Equipment (WEEE)
• dispose of our redundant IT equipment
• vehicle workshop waste
• Interceptor Waste
Non-hazardous refuse and waste treatment and disposal services. Radioactive-, toxic-, medical- and hazardous waste services. Medical waste services. Clinical-waste collection services. Clinical-waste disposal services. Removal services of biological waste. Collection, transport and disposal of hospital waste. Collection, transport and disposal of confidential waste. Waste-tip management services. Refuse recycling services. Cleaning and sanitation services in urban or rural areas, and related services. Street-cleaning and sweeping services. Sewage-, refuse-,cleaning-, and environmental services. Refuse disposal and treatment.
The duration of this Agreement is for a three (3) year period with the option to extend, at the Authority's discretion, for a further two (2) one-year periods, up to a maximum five (5) years in total.
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: £587,505
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend, at the Authority's discretion, for a further two (2) one-year periods.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
SECAmb are inviting those suppliers awarded to Lot 1-Integrated Waste Management of the LPP Waste Management Framework, Reference: LPP/2017/011 (OJEU Reference Number 2017/S 126-256823)
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 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
Only those suppliers awarded to Lot 1 of the London Procurement Partnership (LPP) Framework for Waste Management Services are invited to submit a tender for this Mini-Competition.
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.2.1) Previous publication concerning this procedure
Notice number: 2017/S 126-256823
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 August 2021
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 August 2021
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)
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.4) Procedures for review
six.4.1) Review body
South East Coast Ambulance Service NHS Foundation Trust
Nexus House, 4 Gatwick Roadvv
Crawley
RH10 9BG
Country
United Kingdom