ENHT - Waste Management

A Tender Notice
by EAST AND NORTH HERTFORDSHIRE NHS TRUST

Source
Find a Tender
Type
Contract (Services)
Duration
3 year
Value
£15M
Sector
ENVIRONMENT
Published
05 May 2022
Delivery
01 Nov 2022 to 31 Oct 2025
Deadline
06 Jun 2022 12:00

Concepts

Location

Stevenage

Geochart for 2 buyers and 0 suppliers

Description

The East and North Hertfordshire NHS Trust ("ENHT", "the Authority") is seeking to procure Waste Management Services across its multiple sites. The initial 3 year contract(s) will have a commencement date of 1 November 2022.At the first (SQ) stage of the procurement, Bidders are invited to submit a single completed questionnaire for any combination of the eight Waste Management lots.To access the full suite of tender documentation, electronically and free-of-charge, Bidders should log in or register on the Atamis Health Family E-Procurement system (https://health-family.force.com/s/welcome). The Contract Reference is C76217.

Lot Division

1 Clinical Healthcare Waste
  • Value: £11M

This Lot 1 covers Clinical Healthcare Waste: to include (but not be exclusive to) clinical waste, offensive (hygiene) waste, pharmaceutical waste (including cytotoxic and cytostatic medicines), anatomical waste, sharps and laboratory wastes (cultures and chemicals used in the diagnosis, provision and treatment of human healthcare) and wastes that are dangerous for carriage. All such waste streams may cause infection or prove hazardous to any person coming into contact with them.

2 Reusable Sharps
  • Value: £250K

This Lot 2 covers the managed solution for the implementation, supply, collection and cleaning of reusable sharps containers.

3 Domestic Waste and Recyclables
  • Value: £3M

This Lot 3 covers domestic/general and dry mixed recycling waste. Categories included within this contract are not limited to: aerosols, aluminium products, cardboard, flowers, furniture, garden waste, general non confidential office waste, glass, newspapers, packaging, paper towels, pallets, textiles, tissues and plastic bottles.

4 Confidential Waste Destruction and Disposal
  • Value: £250K

This Lot 4 covers the handling of all confidential waste, allowing the Authority to comply with legislation and best practices surrounding the handling of confidential waste and ensuring that the client, employee and confidential business information is kept secure at all times for destruction or destroyed as defined by the Data Protection Act 1998.

5 Food Waste
  • Value: £200K

This Lot 5 covers the transportation of food wastes to an agreed location or locations for the disposal of such wastes and procuring the disposal of such food wastes by an agreed process of disposal which has been authorised for that express purpose.

6 WEEE, Florescent Tubes and GDL
  • Value: £200K

This Lot 6 covers hazardous non healthcare waste including lead acid batteries, Ni-Cd batteries, lithium batteries, electronic/electrical equipment (WEEE), fluorescent tubes, fridges and refrigeration equipment, IT equipment and television sets.

7 Hazardous Chemical Waste
  • Value: £100K

This Lot 7 covers the disposal of chemicals, mercury, pesticides, oils / paints, products containing CFCs and solvents.

8 Total Waste Management (TWM)
  • Value: £15M

This Lot 8 is for the provision of a Total Waste Management (TWM) service to cover all waste streams.

Renewal Options

The contract may be extended up to a further 2 years.

CPV Codes

  • 90524000 - Medical waste services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90524200 - Clinical-waste disposal services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Award on basis of price and quality.

Other Information

The top six highest ranking bidders in each lot that pass the minimum pass threshold (50%) will be issued with an ITT.The Authority intends to either:• Award contracts to each of the Tenders that are the most economically advantageous in each of the individual lots (Lots 1-7); or• Award a single contract to the Tender that is the most economically advantageous in the TWM lot (Lot 8).A key principle in the Hertfordshire and West Essex ICS is that of collaborative working. In the spirit of operating as an ICS, procurement projects where practicable should be undertaken on the basis that the outcome will be applicable to all parties (whether immediately or subsequently). Therefore, the terms of any contract resulting from this procurement shall permit partner organisations to join the agreement at the agreed ENHT contract rates and under the existing terms and conditions. ENHT’s ICS partners are the Hertfordshire Community NHS Trust (HCT), Hertfordshire Partnership University NHS Foundation Trust (HPFT), The Princess Alexandra Hospital NHS Trust (PAH) and West Hertfordshire Teaching Hospitals NHS Trust (WHHT).The estimated total value provided in Section II.1.5 is an estimate based on all ICS partners joining the agreement. A lower estimate of £5,000,000 applies for ENHT contracts only. Spend and volumes may vary throughout the life of the contract(s).

Reference

Domains