Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 3
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-03c604 |
Common Procurement Vocabulary | Non-hazardous refuse and waste treatment and disposal services |
Procurement Method | Open procedure |
Value | £55,178,000 |
No location provided
Category Services
Type
No. of Lots 3
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-03c604 |
Common Procurement Vocabulary | Non-hazardous refuse and waste treatment and disposal services |
Procurement Method | Open procedure |
Value | £55,178,000 |
Section I: Contracting authority
I.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Fire and Rescue Services
1 Seymour Street
Lisburn
BT27 4SX
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
Business Services Organisation
2 Franklin Street
Belfast
BT2 8DQ
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
Children’s Court Guardian Agency for Northern Ireland
Centre House, 79 Chichester Street
Belfast
BT1 4JE
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Medical and Dental Training Agency
Beechill House, 42 Beechill Rd
Belfast
BT8 7RL
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Practice and Education Council for Nursing and Midwifery
Centre House, 79 Chichester St
Belfast
BT1 4JE
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Patient Client Council
1st Floor, Ormeau Baths 18 Ormeau Avenue
Belfast
BT2 8HS
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Social Care Council
Millennium House, 19-25 Great Victoria St
Belfast
BT2 7AQ
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Public Health Agency
Linenhall Street Unit, 12-22 Linenhall Street
Belfast
BT2 8BS
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.1) Name and addresses
NI Regulation and Quality Improvement Authority
9th Floor Riverside Tower, 5 Lanyon Place
Belfast
BT1 3BT
sourcing.palsballymena [at] hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
I.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Collection and Recycling/Recovery or Disposal of Healthcare Domestic Waste [4504047]
II.1.2) Main CPV code
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
II.1.3) Type of contract
Services
II.1.4) Short description
Collection and Recycling/Recovery or Disposal of Healthcare Domestic Waste
II.1.5) Estimated total value
Value excluding VAT: £55,178,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
II.2) Description
II.2.1) Title
Lot 1 - Collection, Recycling and Recovery of Dry Mixed Recyclables, General Waste and Cardboard
Lot No
1
II.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90524400 - Collection, transport and disposal of hospital waste
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90918000 - Bin-cleaning services
- 90514000 - Refuse recycling services
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
II.2.4) Description of the procurement
Collection and Recycling/Recovery or Disposal of Healthcare Domestic Waste
II.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 90
II.2.6) Estimated value
Value excluding VAT: £44,289,000
II.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 value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 44 289 000 GBP which has been calculated on the basis of a 48 months Call-off Contract(s) and a maximum extension period(s) of up to and including 48 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises.
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
Lot 2 - Bulky Items including Collection, Recycling and Recovery or Disposal
Lot No
2
II.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90524400 - Collection, transport and disposal of hospital waste
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90918000 - Bin-cleaning services
- 90514000 - Refuse recycling services
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
II.2.4) Description of the procurement
Collection and Recycling/Recovery or Disposal of Healthcare Domestic Waste
II.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 90
II.2.6) Estimated value
Value excluding VAT: £3,740,000
II.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 value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 740 000 GBP which has been calculated on the basis of a 48 months Call-off Contract(s) and a maximum extension period(s) of up to and including 48 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises.
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
Lot 3 - Collection and Disposal of Non-Infectious Offensive Waste
Lot No
3
II.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90524400 - Collection, transport and disposal of hospital waste
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90918000 - Bin-cleaning services
- 90514000 - Refuse recycling services
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
II.2.4) Description of the procurement
Collection and Recycling/Recovery or Disposal of Healthcare Domestic Waste
II.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 90
II.2.6) Estimated value
Value excluding VAT: £7,149,000
II.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 value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 7 149 000 GBP which has been calculated on the basis of a 48 months Call-off Contract(s) and a maximum extension period(s) of up to and including 48 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 90
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-012666
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
26 January 2024
Local time
3:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 13 August 2024
IV.2.7) Conditions for opening of tenders
Date
26 January 2024
Local time
3:30pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.3) Additional information
In section I.2 it is stated that this is a joint procurement and contract award is by a central purchasing body. This framework agreement is not a joint contract, it is a central purchasing body framework agreement operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of Quality (Pass/Fail), Social Value 10% and Price 90% for each Section within each of the Lot(s), once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. This tender contains 3 Lots. Tenderers can bid for one, more than one or all Lots. Within each Lot, Tenderers can bid for one, more than one or all Sections. Tenderers who bid for more than one Section will have their bid per Section treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme SS20b (TEMMS). Each Section bid for must be bid for in its entirety otherwise the bid for that Section will fail and be rejected. Tenderers must submit a bid for all lines in the Section bid for, otherwise fail and elimination. It is the intention to make award of a place on the framework agreement to all tenderers where sufficient compliant bids are received for the applicable Lot(s). Estimated value ranges are as follows: -. Lot 1 - Section 1 - Belfast Health and Social Care Trust – 0 GBP to 15 743 000 GBP. Lot 1 - Section 2 - Northern Health and Social Care Trust – 0 GBP to 6 087 000 GBP. Lot 1 - Section 3 - South Eastern Health and Social Care Trust – 0 GBP to 6 192 000 GBP. Lot 1 - Section 4 - Southern Health and Social Care Trust – 0 GBP to 7 609 000 GBP. Lot 1 - Section 5 - Western Health and Social Care Trust – 0 GBP to 6 953 000 GBP . Lot 1 - Section 6 - Northern Ireland Blood Transfusion Service – 0 GBP to 236 000 GBP. Lot 1 - Section 7 - Northern Ireland Fire and Rescue Service – 0 GBP to 1 469 000 GBP. . Lot 2 - Section 1 - Belfast Health and Social Care Trust – 0 GBP to 1 338 000 GBP. Lot 2 - Section 2 - Northern Health and Social Care Trust – 0 GBP to 499 000 GBP. Lot 2 - Section 3 - South Eastern Health and Social Care Trust – 0 GBP to 840 000 GBP. Lot 2 - Section 4 - Southern Health and Social Care Trust – 0 GBP to 394 000 GBP. Lot 2 - Section 5 - Western Health and Social Care Trust – 0 GBP to 525 000 GBP. Lot 2 - Section 6 - Northern Ireland Fire and Rescue Service – 0 GBP to 144 000 GBP. . Lot 3 - Section 1 - Belfast Health and Social Care Trust – 0 GBP to 446 000 GBP. Lot 3 - Section 2 - Northern Health and Social Care Trust – 0 GBP to 2 100 000 GBP. Lot 3 - Section 3 - South Eastern Health and Social Care Trust – 0 GBP to 813 000 GBP. Lot 3 - Section 4 - Southern Health and Social Care Trust – 0 GBP to 813 000 GBP. Lot 3 - Section 5 - Western Health and Social Care Trust – 0 GBP to 2 977 000 GBP. . These ranges show the potential values which have been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 48 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises.
VI.4) Procedures for review
VI.4.1) Review body
Business Services Organisation
77 Boucher Crescent
Belfast
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Business Services Organisation, Procurement and Logistics Service (PaLS) will incorporate a standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court England, Wales and Northern Ireland.