Healthcare Waste [3202726]

A Tender Notice
by BUSINESS SERVICES ORGANISATION, PROCUREMENT AND LOGISTICS SERVICE ON BEHALF OF HEALTH AND SOCIAL CARE IN NORTHERN IRELAND

Source
Find a Tender
Type
Contract (Services)
Duration
7 year
Value
£73M
Sector
ENVIRONMENT
Published
28 Jan 2022
Delivery
To 24 Jan 2029 (est.)
Deadline
02 Mar 2022 15:00

Concepts

Location

Northern Ireland:

Geochart for 9 buyers and 0 suppliers

Description

Healthcare Waste [3202726]

Lot Division

1 Collection and Transportation of Healthcare Waste
  • Value: £22M
Award Criteria
Quality - Communication 10
Quality - Carbon Footprint 10
price 80
2 Treatment and Recycling/Recovery/Disposal of Healthcare Waste
  • Value: £51M
Award Criteria
Quality - Bin Management Service 10
Quality - Communication 10
Quality - Carbon Footprint 10
price 70

CPV Codes

  • 90524400 - Collection, transport and disposal of hospital waste
  • 90524200 - Clinical-waste disposal services
  • 90524100 - Clinical-waste collection services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90510000 - Refuse disposal and treatment
  • 90500000 - Refuse and waste related services
  • 90524300 - Removal services of biological waste
  • 42320000 - Waste incinerators
  • 45232470 - Waste transfer station
  • 90514000 - Refuse recycling services
  • 90512000 - Refuse transport services
  • 90511000 - Refuse collection services
  • 33141123 - Sharps containers
  • 34144511 - Refuse-collection vehicles
  • 90533000 - Waste-tip management services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
  • 90513300 - Refuse incineration services
  • 60000000 - Transport services (excl. Waste transport)
  • 42914000 - Recycling equipment

Indicators

  • This is a recurring contract.
  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** In section I.2 it is stated that this is a joint procurement and contract award is by a central purchasing body. This contract is not a joint contract, it is a central purchasing body contract 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 (MEAT) for Lot 1 on the basis of the price 80% and quality 20%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 20% for quality is 2 questions and details of the quality split and the evaluation process incorporating price, quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). The contracting authority will identify the most economically advantageous tender (MEAT) for Lot 2 on the basis of the price 70% and quality 30%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. The 30% for quality is 3 questions and details of the quality split and the evaluation process incorporating price, quality 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 potential value which has been calculated, inclusive of VAT, on the basis of a 60 month contract with the option of extension period(s) of up to and including 24 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period. Under this Contract the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.

Reference

Domains