Tender

Healthcare Waste Collection and Disposal Services for Primary Care Settings

  • NHS Suffolk and North East Essex Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-029037

Procurement identifier (OCID): ocds-h6vhtk-0499cd

Published 11 September 2024, 9:54am



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

Email

scampbell@ecovategroup.com

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

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/