- Scope of the procurement
- Lot 1 NHS Humber and North Yorkshire ICB
- Lot 10 NHS Norfolk and Waveney ICB
- Lot 11 NHS Suffolk and North East Essex ICB
- Lot 12 NHS North Central London ICB
- Lot 13 NHS North East London ICB
- Lot 14 NHS North West London ICB
- Lot 15 NHS South East London ICB
- Lot 16 NHS South West London ICB
- Lot 17 NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
- Lot 18 NHS Frimley ICB
- Lot 19 NHS Hampshire and Isle of Wight ICB
- Lot 2 NHS North East and North Cumbria ICB
- Lot 20 NHS Kent and Medway ICB
- Lot 21 NHS Surrey Heartlands ICB
- Lot 22 NHS Sussex ICB
- Lot 23 NHS Bath and North East Somerset, Swindon and Wiltshire ICB
- Lot 24 NHS Cornwall and The Isles Of Scilly ICB
- Lot 3 NHS South Yorkshire ICB
- Lot 4 NHS West Yorkshire ICB
- Lot 5 NHS Greater Manchester ICB
- Lot 6 NHS Lancashire and South Cumbria ICB
- Lot 7 NHS Bedfordshire, Luton and Milton Keynes ICB
- Lot 8 NHS Hertfordshire and West Essex ICB
- Lot 9 NHS Mid and South Essex ICB
Section one: Contracting authority
one.1) Name and addresses
NHS Suffolk and North East Essex Integrated Care Board
Aspen House Stephenson Road Severalls Business Park
Colchester
CO4 9QR
Contact
Sarah Campbell
Country
United Kingdom
Region code
UKH14 - Suffolk
Internet address(es)
Main address
https://www.suffolkandnortheastessex.icb.nhs.uk/
Buyer's address
https://www.suffolkandnortheastessex.icb.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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://health-family.force.com/s/Welcome
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 Collection and Disposal Services for Primary Care Settings
Reference number
C305576
two.1.2) Main CPV code
- 90524100 - Clinical-waste collection services
two.1.3) Type of contract
Services
two.1.4) Short description
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
two.1.5) Estimated total value
Value excluding VAT: £168,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 NHS Humber and North Yorkshire ICB
Lot No
1
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKE12 - East Riding of Yorkshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £8,534,853
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 10 NHS Norfolk and Waveney ICB
Lot No
10
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £7,185,960
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 11 NHS Suffolk and North East Essex ICB
Lot No
11
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £5,417,478
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 12 NHS North Central London ICB
Lot No
12
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £4,775,013
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 13 NHS North East London ICB
Lot No
13
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £8,085,708
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 14 NHS North West London ICB
Lot No
14
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £9,004,077
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 15 NHS South East London ICB
Lot No
15
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
For NHS South East London ICB, a maximum affordability threshold applies. Any tender which exceeds the Authority's available cost envelope shall be treated as non-compliant and rejected.
Estimated notice values are inclusive of extensions.
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: £3,150,750
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 16 NHS South West London ICB
Lot No
16
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £3,656,376
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 17 NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
Lot No
17
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £9,030,123
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 18 NHS Frimley ICB
Lot No
18
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £2,578,266
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 19 NHS Hampshire and Isle of Wight ICB
Lot No
19
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £7,939,512
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
No
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 NHS North East and North Cumbria ICB
Lot No
2
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £12,768,157
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 20 NHS Kent and Medway ICB
Lot No
20
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £8,056,872
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 21 NHS Surrey Heartlands ICB
Lot No
21
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £3,115,179
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 22 NHS Sussex ICB
Lot No
22
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £5,710,797
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 23 NHS Bath and North East Somerset, Swindon and Wiltshire ICB
Lot No
23
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £3,858,615
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 24 NHS Cornwall and The Isles Of Scilly ICB
Lot No
24
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £5,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 3 NHS South Yorkshire ICB
Lot No
3
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £6,268,925
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 4 NHS West Yorkshire ICB
Lot No
4
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £13,676,337
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 5 NHS Greater Manchester ICB
Lot No
5
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £11,277,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 6 NHS Lancashire and South Cumbria ICB
Lot No
6
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £7,587,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 7 NHS Bedfordshire, Luton and Milton Keynes ICB
Lot No
7
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £6,296,926
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 8 NHS Hertfordshire and West Essex ICB
Lot No
8
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £7,311,645
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 9 NHS Mid and South Essex ICB
Lot No
9
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Ecovate Group on behalf of a number of Integrated Care Boards (ICBs) across England is issuing this Invitation to Tender in connection with the competitive procurement for the Provision Healthcare Waste Collection and Disposal Services for Primary Care Settings via an Open Procedure in accordance with the Public Contracts Regulations (PCR) 2015.
NHS Suffolk and North East Essex Integrated Care Board is the portal host for this procurement on behalf of the below participating ICBs:
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
NHS Bedfordshire, Luton and Milton Keynes ICB
NHS Buckinghamshire, Oxfordshire and Berkshire West ICB
NHS Cornwall and The Isles Of Scilly ICB
NHS Frimley ICB
NHS Greater Manchester ICB
NHS Hampshire and Isle of Wight ICB
NHS Hertfordshire and West Essex ICB
NHS Humber and North Yorkshire ICB
NHS Kent and Medway ICB
NHS Lancashire and South Cumbria ICB
NHS Mid and South Essex ICB
NHS Norfolk and Waveney ICB
NHS North Central London ICB
NHS North East and North Cumbria ICB
NHS North East London ICB
NHS North West London ICB
NHS South East London ICB
NHS South West London ICB
NHS South Yorkshire ICB
NHS Suffolk and North East Essex ICB
NHS Surrey Heartlands ICB
NHS Sussex ICB
NHS West Yorkshire ICB
Each ICB represents to a individual Lot.
NHS Suffolk and North East Essex ICB is not responsible or liable for any of the Lots or subsequent contracts awarded under this process, except for Lot 11 (NHS Suffolk and North East Essex ICB).
Service commencement for each lot is from 1st April 2025, with a mobilisation requirement from January 2025. The duration of each contract will be five (5) years, with the option to extend twice, each for up to an additional 24-month period. For each lot, a contract will be awarded to a single supplier. The form of contract used is the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version).
There is no restriction on the number of lots that can be bid for, however, suppliers must consider their financial and organisational capacity to deliver the contract requirements and specification. Bidders also need to consider the mobilisation requirements as any contract that is bid for will need to be mobilised from January 2025 onwards with service commencement date from 1st April 2025.
The evaluation weightings for this ITT are as follows:
Qualitative Weighting to a total of 70.00%:
- Technical Quality Questions: 40.00% (single submission per tender return)
- Environmental Benefits and Emissions Monitoring: 20.00% (1 submission per lot)
- Social Value: 10.00% (1 submission per lot)
Commercial Weighting: 30.00% (1 submission per lot)
Estimated notice values are inclusive of extensions.
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: £5,999,292
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The initial contract term is five (5) years, with the option to extend twice, each for up to an additional 24-month 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 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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
11 October 2024
Local time
12:00pm
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
Duration in months: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 September 2024
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom