Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 25th Jul 2023

Tender Details
Referenceocds-h6vhtk-03c395
Common Procurement VocabularyClinical-waste collection services
Procurement MethodOpen procedure
Value£1,300,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 25th Jul 2023

Tender Details
Referenceocds-h6vhtk-03c395
Common Procurement VocabularyClinical-waste collection services
Procurement MethodOpen procedure
Value£1,300,000

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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 Transportation of Clinical Waste from Community Facilities [4474641]

II.1.2) Main CPV code

  • 90524100 - Clinical-waste collection services

II.1.3) Type of contract

Services

II.1.4) Short description

Collection and Transportation of Clinical Waste from Community Facilities [4474641]

II.1.5) Estimated total value

Value excluding VAT: £1,300,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Lot 1 - Northern Health and Social Care Trust

Lot No

1

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Collection and Transportation of Clinical Waste from Community Facilities [4474641]

II.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £200,721

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 in II.2.6 is the highest value range for Lot 1: 0 GBP to 200 721 GBP calculated on the basis of maximum of 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for secondary competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.

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 - South Eastern Health and Social Care Trust

Lot No

2

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Collection and Transportation of Clinical Waste from Community Facilities [4474641]

II.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £810,853

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 in II.2.6 is the highest value range for Lot 2: 0 GBP to 810 853 GBP calculated on the basis of maximum of 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for secondary competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.

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: 6

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 000-011668

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

Date

28 August 2023

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: 15 March 2024

IV.2.7) Conditions for opening of tenders

Date

28 August 2023

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 Health and Social Care in Northern Ireland. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of the price 90%, quality (pass/fail) and Social Value 10%, 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 2 Lots. Tenderers can bid for one Lot, or both Lots. 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). Should there be no compliant bids received for a Lot(s) this will result in a no award for that Lot(s). The 10% for Social Value and details of the quality split and the evaluation process incorporating price, quality, Social Value and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b. The value shown in II.1.5 shows the estimated total value which has been calculated on the basis of a maximum 4 year Call-Off Contract(s) with the option of 24 month extension period(s), contingency for secondary competition(s), potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract. Please note, in regards to IV.1.3 where it states, 'Envisaged maximum number of participants to the framework agreement: 6', this should read 'Envisaged minimum number of participants to the framework agreement: 6'.

VI.4) Procedures for review

VI.4.1) Review body

Business Services Organisation

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Business Services Organisation, Procurement and Logistic Services 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.