Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Total Waste Management Services II
Reference number: CPC 03600
II.1.2)Main CPV code90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
This framework agreement is split into 6 Lots covering the main waste services contracted by the NHS and wider public sector bodies. It aims to provide a compliant route to market for contracting authorities for a safe, sustainable, and efficient waste management service covering:
Lot 1 General Waste and Recycling
Lot 2 Healthcare and related waste (including clinical waste)
Lot 3 Reusable Sharps Containers and Related Waste
Lot 4 Washroom Waste
Lot 5 Confidential Waste
Lot 6 Total Waste Management Services.
II.1.5)Estimated total valueValue excluding VAT: 330 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
General Waste and Recycling
Lot No: 1
II.2.2)Additional CPV code(s)90500000 Refuse and waste related services
90531000 Landfill management services
90514000 Refuse recycling services
90511200 Household-refuse collection services
90510000 Refuse disposal and treatment
90511100 Urban solid-refuse collection services
90513000 Non-hazardous refuse and waste treatment and disposal services
90512000 Refuse transport services
90513300 Refuse incineration services
90513200 Urban solid-refuse disposal services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 1 - General Waste and Recycling The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Barnsley Facilities Services Limited (Barnsley Hospital NHS Foundation Trust) Bradford Teaching Hospitals NHS Foundation Trust Calderdale and Huddersfield Solutions Limited (Calderdale and Huddersfield NHS Foundation Trust) Derbyshire Community Health Services NHS Foundation Trust Derbyshire Support and Facilities Services Limited (Chesterfield Royal Hospital NHS Foundation Trust) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust) Humber Teaching NHS Foundation Trust Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership NHS Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust Northern Lincolnshire and Goole NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health and Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust The Newcastle Upon Tyne Hospitals NHS Foundation Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospital NHS Foundation Trust) York Teaching Hospital NHS Foundation Trust Yorkshire Ambulance Service NHS Trust NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 50 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 x 12 month period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/ The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services: a) who are a party to any of the following contracts: - General Medical Services (GMS) - Personal Medical Services (PMS) - Alternative Provider Medical Services (APMS) and/or b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/ Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/ Social Enterprise UK: https://www.socialenterprise.org.uk Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Continued at Section VI.3 Additional Information.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Healthcare Waste and Lot 3 Reusable Sharps Waste (combined requirements)
Lot No: 2
II.2.2)Additional CPV code(s)90524100 Clinical-waste collection services
90524400 Collection, transport and disposal of hospital waste
90524200 Clinical-waste disposal services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 2 Healthcare Waste and Lot 3 Reusable Sharps Waste (combined requirements) Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 100 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 x 12 month period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)90524100 Clinical-waste collection services
90524400 Collection, transport and disposal of hospital waste
90524200 Clinical-waste disposal services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 3 Reusable Sharps Waste Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 50 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 x 12 month period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)90500000 Refuse and waste related services
90510000 Refuse disposal and treatment
90511200 Household-refuse collection services
90512000 Refuse transport services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 4 Washroom Waste Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 x 12 month period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)90500000 Refuse and waste related services
90524400 Collection, transport and disposal of hospital waste
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 5 Confidential Waste Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 x 12 month period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)90500000 Refuse and waste related services
90524100 Clinical-waste collection services
90513300 Refuse incineration services
90511100 Urban solid-refuse collection services
90524200 Clinical-waste disposal services
90513000 Non-hazardous refuse and waste treatment and disposal services
90524400 Collection, transport and disposal of hospital waste
90531000 Landfill management services
90511200 Household-refuse collection services
90510000 Refuse disposal and treatment
90513200 Urban solid-refuse disposal services
90512000 Refuse transport services
90514000 Refuse recycling services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 6 Total Waste Management Please refer to section II.2.4) of Lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 70 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 x 12 month period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information