- 1. Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
- 2. Northern Health and Social Care Trust
- 3. South Eastern Health and Social Care Trust
- 4. Southern Health and Social Care Trust
- 5. NI Ambulance Service Trust
- 6. Western Health and Social Care Trust
- 7. Belfast Health and Social Care Trust
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
Region 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
Region 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
Region 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
Region 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
Region 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
Region 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
Region 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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Collection and Transportation of Clinical Waste from Community Facilities [4474641]
two.1.2) Main CPV code
- 90524100 - Clinical-waste collection services
two.1.3) Type of contract
Services
two.1.4) Short description
Collection and Transportation of Clinical Waste from Community Facilities [4474641]
two.1.5) Estimated total value
Value excluding VAT: £1,300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Northern Health and Social Care Trust
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Collection and Transportation of Clinical Waste from Community Facilities [4474641]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £200,721
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The value in II.2.6 is the highest value range for Lot 1: 0 GBP to 200 721 GBP calculated on the basis of maximum of 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for secondary competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.
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
Lot 2 - South Eastern Health and Social Care Trust
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Collection and Transportation of Clinical Waste from Community Facilities [4474641]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £810,853
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The value in II.2.6 is the highest value range for Lot 2: 0 GBP to 810 853 GBP calculated on the basis of maximum of 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for secondary competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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: 2023/S 000-011668
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 August 2023
Local time
3:00pm
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
Tender must be valid until: 15 March 2024
four.2.7) Conditions for opening of tenders
Date
28 August 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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 Framework Agreement is not a joint contract, it is a central purchasing body Framework Agreement operated by Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of the price 90%, quality (pass/fail) and Social Value 10%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. This tender contains 2 Lots. Tenderers can bid for one Lot, or both Lots. It is the intention to make award of a place on the Framework Agreement to all tenderers where sufficient compliant bids are received for the applicable Lot(s). Should there be no compliant bids received for a Lot(s) this will result in a no award for that Lot(s). The 10% for Social Value and details of the quality split and the evaluation process incorporating price, quality, Social Value and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b. The value shown in II.1.5 shows the estimated total value which has been calculated on the basis of a maximum 4 year Call-Off Contract(s) with the option of 24 month extension period(s), contingency for secondary competition(s), potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract. Please note, in regards to IV.1.3 where it states, 'Envisaged maximum number of participants to the framework agreement: 6', this should read 'Envisaged minimum number of participants to the framework agreement: 6'.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Business Services Organisation, Procurement and Logistic Services will incorporate a standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court England, Wales and Northern Ireland.