Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 4

Status Active

Published 6th Nov 2023

Tender Details
Referenceocds-h6vhtk-030ddc
Common Procurement VocabularyMedical waste services
Procurement MethodOpen procedure
Value-
« Previous Page

South West

Category Services

Type

No. of Lots 4

Status Active

Published 6th Nov 2023

Tender Details
Referenceocds-h6vhtk-030ddc
Common Procurement VocabularyMedical waste services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Name: Bristol & Weston Purchasing Consortium

Princess Campbell Office

Bristol

BS10 5NB

Contact

BWPC Jessica Allen

Email

jessica.allen [at] nbt.nhs.uk

Telephone

+44 11742650

Country

United Kingdom

NUTS code

UKK - South West (England)

National registration number

Name: Bristol & Weston Purchasing Consortium

Internet address(es)

Main address

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74650&B=NHSSW

I.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74650&B=NHSSW

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74650&B=NHSSW

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Environmentally Sustainable Waste Reduction and Management for Hospitals

Reference number

BWPCNC001636

II.1.2) Main CPV code

  • 90524000 - Medical waste services

II.1.3) Type of contract

Services

II.1.4) Short description

University Hospitals Bristol & Weston NHS Foundation Trust (UHBW) and North Bristol NHS Trust (NBT) require waste suppliers for the disposal of all waste streams.

Both Trusts require waste reductions through improved segregation and lower carbon collection and treatment options to meet the NHS carbon reduction target by 2040, with an ambition for an 80% reduction by 2028.

3 year initial term with the option to extend for two periods of 12 months (3+1+1).

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Healthcare Waste. Waste for High Treatment Incineration & Alternative Treatment

Lot No

1

II.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles
  • 34928480 - Waste and rubbish containers and bins
  • 42320000 - Waste incinerators
  • 42914000 - Recycling equipment
  • 45232470 - Waste transfer station
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513300 - Refuse incineration services
  • 90514000 - Refuse recycling services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
  • 90524200 - Clinical-waste disposal services
  • 90524300 - Removal services of biological waste
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90533000 - Waste-tip management services

II.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK - South West (England)

II.2.4) Description of the procurement

• Infectious waste (yellow stream)

• Radioactive waste

• Hazardous pharmaceutical waste

• Dental amalgam

• Chemical waste

• Anatomical waste

• Non-hazardous pharmaceutical waste for low level incineration (LLI)

• Gypsum

• Infectious waste (orange stream)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months optional extensions on this contract.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Offensive Waste

Lot No

2

II.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles
  • 34928480 - Waste and rubbish containers and bins
  • 42320000 - Waste incinerators
  • 42914000 - Recycling equipment
  • 45232470 - Waste transfer station
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513300 - Refuse incineration services
  • 90514000 - Refuse recycling services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
  • 90524200 - Clinical-waste disposal services
  • 90524300 - Removal services of biological waste
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90533000 - Waste-tip management services

II.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK - South West (England)

II.2.4) Description of the procurement

• Non-infectious offensive waste

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months optional extensions on this contract.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Food Waste

Lot No

3

II.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles
  • 34928480 - Waste and rubbish containers and bins
  • 42320000 - Waste incinerators
  • 42914000 - Recycling equipment
  • 45232470 - Waste transfer station
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513300 - Refuse incineration services
  • 90514000 - Refuse recycling services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
  • 90524200 - Clinical-waste disposal services
  • 90524300 - Removal services of biological waste
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90533000 - Waste-tip management services

II.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK - South West (England)

II.2.4) Description of the procurement

• Food waste

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months optional extensions on this contract.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

General & Recycling Waste

Lot No

4

II.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles
  • 34928480 - Waste and rubbish containers and bins
  • 42320000 - Waste incinerators
  • 42914000 - Recycling equipment
  • 45232470 - Waste transfer station
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513300 - Refuse incineration services
  • 90514000 - Refuse recycling services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
  • 90524200 - Clinical-waste disposal services
  • 90524300 - Removal services of biological waste
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90533000 - Waste-tip management services

II.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK - South West (England)

II.2.4) Description of the procurement

• General/ Municipal waste (as a separate stream)

• Dry mixed recycling (as a separate stream

• Scrap metal (as a separate stream)

• Polystyrene (as a separate stream)

• Cardboard (as a separate stream)

• Glass (as a separate stream)

• Wood waste (some of which, such as pallets, which are suitable for collection as a separate stream)

• Textiles

• Aerosols

• Mercury

• Oil

• Garden Waste

• Used furniture and other items which may contain POPs

• Used furniture not containing POPs

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two periods of 12 months optional extensions on this contract.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-001859

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

Date

20 December 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

20 December 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028/2029

VI.4) Procedures for review

VI.4.1) Review body

BWPC

Bristol

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

BWPC

Bristol

Country

United Kingdom

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

BWPC

Bristol

Country

United Kingdom