Opportunity

SUSTAINABLE HEALTHCARE WASTE & RECYCLING MANAGEMENT (10219)

  • NHS Shared Business Services Limited

F02: Contract notice

Notice reference: 2022/S 000-032860

Published 18 November 2022, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services Limited

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

Contact

Emma Clyne

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

Buyer's address

https://www.sbs.nhs.uk/proc-construction-estates-frameworks

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://discovery.ariba.com/rfx/14677333

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://discovery.ariba.com/rfx/14677333

one.4) Type of the contracting authority

Other type

Public Sector Framework Provider - https://www.sbs.nhs.uk/nhs-sbs-about-us

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SUSTAINABLE HEALTHCARE WASTE & RECYCLING MANAGEMENT (10219)

Reference number

10219

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.

With Approved Organisations tasked with delivering on commitments to achieve NHS Net Zero by 2045, with the ambition to reach an 80% reduction by 2036 to 2039, and a waste and recycling management strategy guided by sustainability placed at the forefront, this framework aims to provide a collation of services and products carefully developed by the NHS for the NHS to support the achievement of these environmental objectives. Our Approved Organisation list can be found on:

https://sbs.nhs.uk/proc-framework-agreements-support

The Framework will be structured using the following Lots:

Lot 1 - Recycling and Waste Consultancy

Lot 2 - Sustainable Asset Management/Waste Re-purposing Solutions and Technologies

Lot 3.1 - Clinical Healthcare Waste

Lot 3.2 - Re-Usable Sharps

Lot 4 - Sanitary and Washroom Services

Lot 5.1 - Commercial/Household Waste and Recycling

Lot 5.2 - Food Recycling Management Services

Lot 5.3 - Hazardous Waste

Lot 6 - Confidential Recycling and Waste Destruction and Disposal

Lot 7.1 - Recycling and Waste Minimisation Products - On-Site Bio-digestors

Lot 7.2 - Recycling and Waste Minimisation Products - Aerobic Waste Digestors

Lot 7.3 - Recycling and Waste Minimisation Products - Compactors

Lot 7.4 - Recycling and Waste Minimisation Products - Bins

Lot 8.1 - Sustainable Waste Management Technology- Pyrolysis

Lot 8.2 - Sustainable Waste Management Technology - Oxidation

Lot 8.3 - Sustainable Waste Management Technology - Microwave Solutions

Lot 9 - Total Recycling and Waste Management (TRWM)

Lot 10.1 - Barts Hospital NHS Trust - Residual & Commercial Household Wastes

Lot 10.2 - Barts Hospital NHS Trust - Cardboard

Lot 10.3 - Barts Hospital NHS Trust - Food Services

Lot 10.4 - Barts Hospital NHS Trust - Clinical Waste (Containers)

Lot 10.5 - Barts Hospital NHS Trust - Non-Infectious Clinical Waste

Lot 10.6 - Barts Hospital NHS Trust - Clinical Waste (Lo & Hi temp. destruction)

Lot 10.7 - Barts Hospital NHS Trust - Feminine Hygiene Services

Lot 10.8 - Barts Hospital NHS Trust - Benchmarking & Waste Contractor Compliance

Lot 10.9 - Barts Hospital NHS Trust - On-Site Waste Auditing & Behavioural Change Services

Lot 11 - Greater Manchester NHS Trusts for Domestic Waste

We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Recycling and Waste Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79723000 - Waste analysis services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Bidder shall provide services supporting the Approved Organisation(s) in optimising recycling and waste management in terms of sustainability, cost, and overall efficiency with a focus of healthcare environment.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sustainable Asset Management / Waste Re-Purposing Solutions and Technologies

Lot No

2

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 79342400 - Auction services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Sustainable Asset Management/Waste Re-purposing Solutions and Technologies Lot is comprised of a bespoke, environmentally friendly end-to-end clearance and disposal solution that facilitates the collection and decommissioning of unwanted goods by re-purposing and/or rehousing the unwanted goods thereby reducing waste and supporting a circular economy primarily from a healthcare setting. This may include, but not be limited to, the facilitation of reuse, repurpose, upcycling or recycling of assets such as IT, machinery, clinical equipment, or disability equipment, through removal, storage, and re-sale or auctioning.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Clinical Healthcare Waste

Lot No

3.1

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services
  • 90524000 - Medical waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The collection, transportation, minimisation and appropriate disposal method at agreed locations for incineration, alternative treatment, pyrolysis and or landfill of clinical healthcare waste in accordance with legislation and waste regulation. The specification shall include (but is not exclusive to) clinical waste, offensive (hygiene) waste, pharmaceutical waste (including cytotoxic and cytostatic medicines), anatomical waste, sharps and laboratory wastes (cultures and chemicals used in the diagnosis, provision and treatment of human healthcare) and wastes that are dangerous for carriage. All such waste streams may cause infection or prove hazardous to any person coming into contact with them. Landfill solutions should be avoided wherever possible.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £84,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Re-usable Sharps

Lot No

3.2

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services
  • 90524000 - Medical waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the provision of a safe, sustainable and compliant managed solution for the implementation, supply, collection, return and cleaning of reusable sharps containers according to HTM 07-01.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £32,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sanitary and Washroom Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 42933100 - Sanitary vending machines
  • 42968200 - Sanitary dispensing machines
  • 90514000 - Refuse recycling services
  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of washroom services. The services that are available under the framework are the collection and disposal of sanitary waste. The aim of this Lot is to provide washroom visitors with a discreet and hygienic way to dispose of sanitary waste this is vital consideration for the provision of a clean and pleasant washroom environment.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Commercial/Household Waste and Recycling

Lot No

5.1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The collection, transportation, minimisation and appropriate recycling and disposal method for general domestic waste, including but not limited to: offensive waste, aerosols, aluminium products, cardboard, flowers, food, furniture, garden waste/green waste, general non-confidential office waste, glass, newspapers, packaging, paper towels, pallets, textiles, tissues, offensive waste, plastic bottles, dry mixed recycling. Where appropriate, waste will be segregated from other waste streams.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £66,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Food Recycling Management Services

Lot No

5.2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of services to sustainably minimise food waste sent to landfill or Energy from Waste. This includes but is not limited to a managed service provision of anaerobic and aerobic waste processors, digestors, and related services and training.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £24,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Hazardous Waste

Lot No

5.3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of services for collection, removal, storage, and/or treatment of wastes that are dangerous for carriage. Such waste streams which may (or the material or substances it contains) be harmful to humans or the environment. This includes, but is not limited to, non-medical hazardous waste such as asbestos, chemicals, such as brake fluid or print toner, batteries, solvents, pesticides, oils (except edible ones), such as car oil, equipment containing ozone depleting substances, like fridges, and hazardous waste containers.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

As per the Procurement documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Confidential Waste Destruction and Disposal

Lot No

6

two.2.2) Additional CPV code(s)

  • 90524400 - Collection, transport and disposal of hospital waste
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes provision to handle all confidential waste, allowing Approved Organisations to comply with legislation and best practices surrounding the handling of confidential waste and ensuring that the client, employee, and confidential business information is kept secure at all times for destruction or destroyed as defined by legislation. This Lot includes provision for both on- and off-site shredding and lockable consoles, bins and sacks.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £16,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Waste Minimisation Products - On-Site Bio-digestors

Lot No

7.1

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes the provision of bio-waste digestors allowing Approved Organisations to manage food waste, and other biological waste matter.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Waste Minimisation Products - Aerobic Waste Digestors

Lot No

7.2

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes the provision of Aerobic Waste Digestors allowing Approved Organisations to manage food waste on site.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Waste Minimisation Products - Compactors

Lot No

7.3

two.2.2) Additional CPV code(s)

  • 39713300 - Rubbish compactors
  • 43315000 - Compacting machinery

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes the provision of compactors allowing Approved Organisations to store and manage waste.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Waste Minimisation Products - Bins

Lot No

7.4

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 39224340 - Bins
  • 44614100 - Storage bins

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes the provision of bins, boxes internal and external waste and recycling bins, allowing Approved Organisations to store and manage waste.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sustainable Waste Management Technology - Pyrolysis

Lot No

8.1

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 42320000 - Waste incinerators
  • 90524000 - Medical waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes compliant waste management by way of pyrolysis treatment. Including delivery, construction/installation, training, and maintenance of the pyrolysis plant. The scope will include additional related services to support installation and utilisation of pyrolysis derived heating and other sustainable end product utilisation.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £32,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sustainable Waste Management Technology - Oxidation

Lot No

8.2

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes compliant waste management service by way of oxidation for the purpose of reducing the biochemical oxygen demand (BOD) of wastewater, and with it the toxicity of some impurities when converted to carbon dioxide, water, and bio-solids. The scope will include additional related services to support any storage, transport, or training required.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sustainable Waste Management Technology - Microwave Solutions

Lot No

8.3

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Includes compliant waste management service by way of the use of microwave technology for the treatment of biohazardous waste. The scope will include additional related services to support any storage, set-up and installation, maintenance, transport, or training required.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £16,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Total Recycling and Waste Management TRWM

Lot No

9

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 16331000 - Pick-up balers
  • 34928480 - Waste and rubbish containers and bins
  • 39224340 - Bins
  • 39713000 - Electrical domestic appliances for cleaning; smoothing irons
  • 42300000 - Industrial or laboratory furnaces, incinerators and ovens
  • 42933100 - Sanitary vending machines
  • 42968200 - Sanitary dispensing machines
  • 43315000 - Compacting machinery
  • 44614100 - Storage bins
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the Total Waste Managed Solution Service will include at least two of the above service areas (Lots 1 - 8), classified under Sustainable Healthcare Waste & Recycling Management, which will be agreed at call-off stage. The agreed service may include 2 or more of the individual service areas as a bundled service, or all of the above service areas as a fully managed service.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £28,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Residual & Commercial Household Wastes

Lot No

10.1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

Provision for the collection and processing of residual and commercial household wares including but not limited to the following:

• Non-recyclable commercial household (NRCH)

• Dry Mixed Recycling (DMR)

• Bulky waste (including furniture)

• Crockery

• Glass (mixed)

• Plasterboard (gypsum based)

• Plastics

• Polystyrene

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £18,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Cardboard

Lot No

10.2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

Service provision for the collection and processing of baled cardboard from various sites within the Trust.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Food Services

Lot No

10.3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

Provision for the collection and disposal of food waste from but not limited to the following areas:

• Wards

• Kitchens

• Canteens

• Offices

• Food stock rooms

• Commercial outlets

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Clinical Waste (Containers)

Lot No

10.4

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

To process human anatomical waste that is collected in various sized, approved "single use" red lidded rigid waste containers. Typical contents will be body parts (large and small), organs, full blood and plasma bags. There will be the occasional requirement to dispose of animal body parts arising from medical training practices.

To process cytotoxic and cytostatic waste which is collected via purple coloured (soft) waste bags and various sized, purple lidded approved, single use sharps containers. Typical contents will include medicines, sharps, creams, tablets and associated material contamination (soft waste) through the delivery of cytotoxic and cytostatic drugs. It is anticipated the majority of this waste stream will transfer over to using reusable containers.

To process pharmaceutical waste (liquid and solid) which is collected in various sized, approved "single use" rigid waste containers. Typical contents will include medicines, controlled drugs and their associated, contaminated packaging conforming to EWC 18 01 09. There will exist no contamination from cytotoxic or cytostatic processes. It is anticipated the majority of this waste stream will transfer over to using reusable containers.

Although the Trust currently uses various sized single use hard burn bins for all sharps and pharmaceutical waste disposal, the Trust now wishes to move to using re-usable sharps & pharmaceutical waste containers where practicably possible. We encourage the supply of reusable containers to capture recyclable waste from theatres etc., such as single use devices, stainless steel tools and associated metal equipment for recycling.

To process sharps waste currently collected in approved orange lidded, yellow bodied, various sized, single use sharps containers. Typical waste contents will include sharps, including blades, scalpels, scissors etc., that may be contaminated with blood residues only, along with fixed or attached associated materials (handles, syringes etc.) generated mainly from Phlebotomy services, Outpatients, Theatres etc., conforming to EWC 18 01 01. There will exist no contamination from medicines, cytotoxic or cytostatic processes. It is anticipated the majority of this waste stream will transfer over to using reusable containers.

To process sharps waste currently collected in yellow lidded, yellow bodied, various sized, approved, single use sharps containers. Typical waste contents will include sharps contaminated with residues of administered drugs, along with associated material contamination (syringes) conforming to EWC 18 01 01 and 18 01 09. There exists no contamination from cytotoxic or cytostatic processes. It is anticipated the majority of this waste stream will transfer over to using reusable containers.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £24,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Non-Infectious Clinical Waste

Lot No

10.5

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

To process gypsum waste, mainly generated via clinical activity from Orthodontic services and Plaster rooms (plaster mouth moulds, removed plaster casts, unused plaster and captured plaster sludge from waste water filters). This waste stream is currently captured in offensive waste bags and approved rigid waste containers. Tenderers are actively encouraged to seek opportunities to recycle this waste stream.

To process lead waste which is mainly generated via clinical activity from Radiology and Radiopharmacy Services (used lead aprons and redundant lead containers, previously holding tiny radioactive rods). Although this waste stream is occasionally disposed of via a specialist waste collection, Tenderers are actively encouraged to seek opportunities to recycle this waste stream, as a potentially cost neutral or income generation scheme.

When required, to dispose of mattresses from wards and clinical areas that require disposal due to their natural end of life; or from breaches and tears of the outer lining or foam. Such items need to be safely disposed of and may need to be destroyed via an appropriately permitted site.

To collect and dispose of waste material referred to as "Offensive" waste or "Tiger Bag" soft waste and whose collection and disposal is not subject to special requirements in order to prevent infection, conforming to EWC 18 01 04, and is currently the Trust's largest clinical waste stream at all of our hospital sites. No soft infectious clinical waste should be disposed of in this waste stream.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Clinical Waste (Lo & Hi temp. destruction)

Lot No

10.6

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

To provide a disposal service for amalgam waste (primarily associated with dentistry) which is currently stored safely in approved, amalgam suppressant, single use rigid waste containers to prevent exposure to toxic mercury vapours.

When required, to dispose of mattresses from wards and clinical areas due to breaches, tears, or contamination of the outer lining or foam. Such items need to be safely disposed of and will need to be destroyed via an appropriately permitted site and transported under ADR regulations. Section 62 documentation must accompany the process, if applicable.

Referred to as "Orange Bag" soft infectious clinical waste, this clinical waste stream is treated via lower temperature destruction processes. Typically, this infectious waste will not be contaminated with chemicals, medicines or sharps conforming to EWC 18 01 03. Care should be taken to ensure that only "infectious" soft clinical waste is disposed of.

Referred to as "Yellow Bag" soft waste or "Yellow" WIVA rigid hard burn bin" waste containment, this clinical waste stream is treated via higher temperature incineration and is typically contaminated with chemicals generated via diagnostic processes conforming to EWC 18 01 03, 18 01 04, 18 01 06 and 18 01 07, however there exists no contamination from cytotoxic or cytostatic processes. It is anticipated that the majority of this waste stream will transfer over to reusable containers.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Feminine Hygiene Services

Lot No

10.7

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

To contract with a provider to service numerous female toilets and baby change facilities across the Trust to exchange dedicated feminine hygiene and nappy waste bins (full for empty) on an agreed frequency and to provide a clean and pleasant washroom environment, disposing of the waste material as offensive waste.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - Benchmarking & Waste Contractor Compliance

Lot No

10.8

two.2.2) Additional CPV code(s)

  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

The Barts Hospital NHS Trust is committed to reducing its impact on its surroundings by embracing emerging technologies, driving innovation, and demonstrating best practice and excellence and in this regard, is looking for partners to support it achieve its ambitions and as such, this Lot is for the provision of independent waste contract management support.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Barts Hospital NHS Trust - On-Site Waste Auditing & Behavioural Change Services

Lot No

10.9

two.2.2) Additional CPV code(s)

  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

To contract with a supplier to provide a waste auditing team that will actively engage with ward staff, infection control teams and producers and movers of recycling and waste across the Trust estate.

The team will provide a monitoring, electronic recording, reporting, training and support service to ensure contamination of waste at source is kept to minimum, maintaining waste compliance to HTM 07-01 standard and attaining high levels of waste segregation in all waste streams.

The team will identify, escalate and rectify occurrences of all waste non-compliance, in all waste streams and will be expected to formally report all Serious Untoward Incidents [SUI's].

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Greater Manchester NHS Trusts for Domestic Waste

Lot No

11

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The collection, transportation, minimisation and appropriate disposal method for general domestic waste, including but not limited to, non-confidential office waste, offensive healthcare waste, hazardous non-healthcare waste, ferrous and non-ferrous metals, WEEE waste, mattresses and miscellaneous waste for a specified number of NHS trusts in Greater Manchester.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be awarded for an initial 24 months with 2 optional additional 12 months renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders must to respond to these also.

A Framework Agreement will be awarded to a maximum of 12 bidders per Lot for Lots 1-9.

A Framework Agreement will be awarded to a maximum of 1 bidder for each of Lots 10.1, 10.2, 10.3, 10.4, 10.5, 10.6, 10.7,10.8, 10.9, and Lot 11

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.


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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-020032

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

Date

9 January 2023

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 January 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The value provided in 2.6 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

six.4) Procedures for review

six.4.1) Review body

NHS Shared Business Services Limited

Three Cherry Tree Lane

Hemel Hempstead

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Internet address

https://www.sbs.nhs.uk/

six.4.4) Service from which information about the review procedure may be obtained

NHS Shared Business Services Limited

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

Country

United Kingdom