Scope
Reference
Project_1572
Description
This framework would be to provide a managed reusable waste container service for clinical waste and medical sharps at NHS sites. This will include, but not be limited to: 1) provision of different sized reusable sharps and clinical waste containers covering waste segregation categories under HTM07-01; 2) associated container accessories; 3) a container delivery, removal, waste disposal, cleaning and reprocessing service, and 4) customer support including training, site audits and provision of management data associated with all aspects the service provision.
For the avoidance of doubt, this Framework does not cover the provision for Single Use Sharps and Clinical Waste Containers. Precise quantities are unknown. The Framework will have a 4-year contract period. It is estimated to be worth £11,185,799 over a 4-year duration. The following certification will be a requirement of any tender exercise and Tenderers will be required to include evidence of this with their tender submission: ISO 9001:2015 or BS EN ISO 13485:2016 accredited by the United Kingdom Accreditation Service (or international equivalent) and up-to-date quality standard certificate(s) to cover all segments of the Tenderer's (and the product's) supply chain. This should include but not be limited to manufacturing storage and distribution. Tenderers should note that if a Tenderer intends to commit to obtain ISO9001 at tender submission then further evidence will be requested with their bid to provide evidence of their current position in obtaining the IS09001 or ISO13485. The requirement is that the ISO9001 or ISO13485 is in place within two weeks of the Assessment Summaries being issued (in order for NHS Supply Chain to trade with the successful Tenderer(s)).
It is anticipated that initial expenditure will be in the region of £2,410,213 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the initial 2 year term of Framework Agreement will be in the region of £5,061,447. There will be an option to extend the Framework for up to a further 2 years. If the full extension period is utilised, then the total value of the Framework across the 4 years is estimated to be £11,185,799.
Commercial tool
Establishes a framework
Total value (estimated)
- £11,185,799 excluding VAT
- £13,422,959 including VAT
Above the relevant threshold
Contract dates (estimated)
- 17 January 2026 to 16 January 2028
- Possible extension to 16 January 2030
- 4 years
Description of possible extension:
There will be an option to extend the Framework for up to a further 2 years. If the full extension period is utilised, then the total value of the Framework across the 4 years is estimated to be £11,185,799.
Main procurement category
Services
CPV classifications
- 90524200 - Clinical-waste disposal services
- 90524100 - Clinical-waste collection services
- 90524300 - Removal services of biological waste
- 90524400 - Collection, transport and disposal of hospital waste
Contract locations
- UK - United Kingdom
Justification for not using lots
The Requirements have not been sub-divided into lots as there would have been no variation in the non financial questions between the lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
See tender documentation under Project_1572.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Submission
Enquiry deadline
23 July 2025, 3:00pm
Tender submission deadline
30 July 2025, 3:00pm
Submission address and any special instructions
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com//
Tenderers wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration.
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the 'Not Registered Yet' link to access the registration page.
- Complete the registration pages as guided by the mini guide found on the landing page.
Portal access.
If registration has been completed:
- Login with URL https://nhssupplychain.app.jaggaer.com// .
- Click on ITTs Open to All Suppliers.
- Select from the following ITTs:
ITT_1793 Reusable Clinical and Sharps Waste Management
ITT_1795 - Lot 1 - Reusable Clinical and Sharps Waste Management
Please note: you must respond to IT_1793 in addition to any lots you intend to respond to.
- Click on Express Interest.
- If you intend to respond select Intend to Respond.
Tenderers are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
Please refer to Section III.1.1 for additional information
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
12 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Price | Price | 35% |
Audit | Quality | 25% |
Quality | Quality | 20% |
Supply Chain Resilience | Quality | 10% |
Social Value | Quality | 10% |
Other information
Payment terms
PRE-MARKET ENGAGEMENT CONDUCTED
In developing this opportunity NHS Supply Chain (the Authority) conducted Early/Pre-Market Engagement (EME/PME) by issuing of a Prior Information Notice (PIN). Reusable Clinical Waste Containers 2026 - Find a Tender notice identifier 2024/S 000-035231 under PCR2015 as summarised below:
• 30/10/2024: Prior Information Notice (PIN) published at £5,100,000
• 35 Expressions of interest (EOIs) received, comprising 1 incumbent supplier / 34 new potential suppliers.
• 30/10/2024 to 27/11/2024: Request for Information (RFI) issued to 35 suppliers, 6 suppliers responded.
There were multiple rounds for suppliers to provide feedback on the specification and product list for the service.
Round 1: 23/01/2025 - 30/01/2025.
Round 2: 11/03/2025 - 18/03/2025.
Round 3: 07/05/2025 - 14/05/2025.
Feedback received was via e-procurement Jaggaer / email correspondence. There were 5 different suppliers who engaged across the rounds.
• 14/05/2025: Early Market Engagement completed.
• Participation in the EME was not used nor acknowledged in any way for the purpose of evaluating nor qualifying any potential supplier, in any subsequent formal competitive process.
Following completion of the EME/PME, and the move to Procurement Act 2023, a new Jaggaer Project has been created with Project_1572 replacing Project_1239.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
SUPPLY CHAIN COORDINATION LIMITED
- Public Procurement Organisation Number: PLLH-1887-BMRL
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
United Kingdom
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government