Award

Reusable Waste Container Service for Healthcare Sharps and Clinical Waste

NHS SUPPLY CHAIN

This public procurement record has 2 releases in its history.

Award

03 Nov 2021 at 22:44

Planning

28 Apr 2021 at 21:55

Summary of the contracting process

The NHS Supply Chain is seeking a supplier for a Framework Agreement titled "Reusable Waste Container Service for Healthcare Sharps and Clinical Waste", planned to cover the healthcare industry. The procurement process is currently in the planning stage, with a total estimated value of around £20 million (Cost ex VAT) over a term of 36 months, which may be extended by an additional 36 months. Interested parties are encouraged to engage as the contract anticipates a significant market opportunity, projected to start within 28 days from the notice dated 28th April 2021, specifically focusing on the UK region.

This tender presents excellent growth opportunities for businesses specialising in medical waste management and container services. Companies that can demonstrate compliance with ISO9001:2015, ISO23907-2:2019, and the Medical Devices Directive 93/42/EEC will be particularly well-suited to compete. The scope includes the provision of reusable clinical waste containers and associated services such as disposal and training, allowing potential suppliers to tap into the expanding healthcare market while supporting NHS operations effectively.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Reusable Waste Container Service for Healthcare Sharps and Clinical Waste

Notice Description

Supply and service for Reusable Waste Container Healthcare Sharps and Clinical Waste. This will include, but not be limited to: 1) Provision of different sized reusable sharps clinical waste containers covering waste segregation categories under HTM07-01; 2) Associated container accessories; 3) A container delivery, removal, waste disposal, cleaning and reprocessing service, and; 4) Customer support including training, site audits and provision of management data associated with all aspects the service provision; 5) Applicants must have standard ISO23907-2:2019

Lot Information

Lot 1

NHS Supply Chain is entering into the market for the supply and service of supply and service for Reusable Waste Container Healthcare Sharps and Clinical Waste. NHS Supply Chain intends to enter into Framework Agreements with 1 available supplier. The Term of this Framework Agreement is anticipated to be 36 months with the option to extend for a further 36months. As a service, NHS Supply Chain intends to offer a six-year term which would be more beneficial to the NHS. Should new entrants to the market meet the requirements set out there is ability to add further suppliers to the remaining term and/or NHS Supply Chain may tender earlier. For the avoidance of doubt, this Framework DOES not cover the provision of single use Sharps and Clinical waste containers. The following will be a required in order to be considered for this opportunity. 1) ISO9001:2015 Current and in date certification for ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. Commit to obtain ISO9001:2015 will not be accepted. 2) Medical Devices Directive 93/42/EEC Evidence of compliance to the Medical Devices Directive 93/42/EEC, Applicants must provide the following 2 forms of evidence: a valid, in date CE certificate issued by a notified body covering the scope of products that are to be tendered for and an EC declaration of conformity covering all product lines. Commit to obtain certificates and/or declarations of conformity will not be accepted. Current and in date certification for IS O23907-2:2019 accredited by the United Kingdom Accreditation Service (or equivalent) 4) Insurances Employer's (Compulsory) Liability Insurance (PS5,000,000 per occurrence) Public Liability Insurance (PS5,000,000 per occurrence) Product Liability Insurance (PS5,000,000 per occurrence) Professional Indemnity Liability Insurance (PS5,000,000 per occurrence) 5) Grounds for Exclusion Grounds for Exclusion and Minimum Requirements will be sent to interested parties via the eprocurement system. Any Applicants which do not meet all of the selection requirements set out in the Grounds for Exclusion and Minimum Requirements which must be completed in full; or (2) explain to NHS Supply Chain's satisfaction why they do not) will be treated as ineligible for the Framework Agreement, their response will not be considered further. The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products (Transacted) and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as Non-Direct Contract Products (Transacted) which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.

Options: The Term of this Framework Agreement is anticipated to be 36 months with the option to extend for a further 36months.

Procurement Information

There was only 1 supplier in the market that met all the requirements following the publication of two PINs.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ab6b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027627-2021
Current Stage
Award
All Stages
Planning, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services


CPV Codes

33141123 - Sharps containers

85110000 - Hospital and related services

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£20,000,000 £10M-£100M

Notice Dates

Publication Date
3 Nov 20214 years ago
Submission Deadline
Not specified
Future Notice Date
31 May 2021Expired
Award Date
3 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Planned
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN
Contact Name
Not specified
Contact Email
gavin.staniforth@supplychain.nhs.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 6LH
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
St George's
Westminster Constituency
Bermondsey and Old Southwark

Supplier Information

Number of Suppliers
1
Supplier Name

SHARPSMART

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ab6b-2021-11-03T22:44:11Z",
    "date": "2021-11-03T22:44:11Z",
    "ocid": "ocds-h6vhtk-02ab6b",
    "initiationType": "tender",
    "tender": {
        "id": "PROJECT_30",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Reusable Waste Container Service for Healthcare Sharps and Clinical Waste",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85110000",
            "description": "Hospital and related services"
        },
        "mainProcurementCategory": "services",
        "description": "Supply and service for Reusable Waste Container Healthcare Sharps and Clinical Waste. This will include, but not be limited to: 1) Provision of different sized reusable sharps clinical waste containers covering waste segregation categories under HTM07-01; 2) Associated container accessories; 3) A container delivery, removal, waste disposal, cleaning and reprocessing service, and; 4) Customer support including training, site audits and provision of management data associated with all aspects the service provision; 5) Applicants must have standard ISO23907-2:2019",
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "NHS Supply Chain is entering into the market for the supply and service of supply and service for Reusable Waste Container Healthcare Sharps and Clinical Waste. NHS Supply Chain intends to enter into Framework Agreements with 1 available supplier. The Term of this Framework Agreement is anticipated to be 36 months with the option to extend for a further 36months. As a service, NHS Supply Chain intends to offer a six-year term which would be more beneficial to the NHS. Should new entrants to the market meet the requirements set out there is ability to add further suppliers to the remaining term and/or NHS Supply Chain may tender earlier. For the avoidance of doubt, this Framework DOES not cover the provision of single use Sharps and Clinical waste containers. The following will be a required in order to be considered for this opportunity. 1) ISO9001:2015 Current and in date certification for ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. Commit to obtain ISO9001:2015 will not be accepted. 2) Medical Devices Directive 93/42/EEC Evidence of compliance to the Medical Devices Directive 93/42/EEC, Applicants must provide the following 2 forms of evidence: a valid, in date CE certificate issued by a notified body covering the scope of products that are to be tendered for and an EC declaration of conformity covering all product lines. Commit to obtain certificates and/or declarations of conformity will not be accepted. Current and in date certification for IS O23907-2:2019 accredited by the United Kingdom Accreditation Service (or equivalent) 4) Insurances Employer's (Compulsory) Liability Insurance (PS5,000,000 per occurrence) Public Liability Insurance (PS5,000,000 per occurrence) Product Liability Insurance (PS5,000,000 per occurrence) Professional Indemnity Liability Insurance (PS5,000,000 per occurrence) 5) Grounds for Exclusion Grounds for Exclusion and Minimum Requirements will be sent to interested parties via the eprocurement system. Any Applicants which do not meet all of the selection requirements set out in the Grounds for Exclusion and Minimum Requirements which must be completed in full; or (2) explain to NHS Supply Chain's satisfaction why they do not) will be treated as ineligible for the Framework Agreement, their response will not be considered further. The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products (Transacted) and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as Non-Direct Contract Products (Transacted) which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.",
                "status": "planned",
                "hasOptions": true,
                "options": {
                    "description": "The Term of this Framework Agreement is anticipated to be 36 months with the option to extend for a further 36months."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33141123",
                        "description": "Sharps containers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-06-01T00:00:00+01:00",
            "atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
        },
        "coveredBy": [
            "GPA"
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "There was only 1 supplier in the market that met all the requirements following the publication of two PINs."
    },
    "parties": [
        {
            "id": "GB-FTS-140",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "Skipton House, 80 London Road",
                "locality": "London",
                "region": "UKI4",
                "postalCode": "SE1 6LH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "gavin.staniforth@supplychain.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-14687",
            "name": "DHL Supply Chain Limited",
            "identifier": {
                "legalName": "DHL Supply Chain Limited"
            },
            "address": {
                "locality": "Normanton",
                "region": "UKE4",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Gavin Staniforth",
                "email": "gavin.staniforth2@supplychain.nhs.uk"
            },
            "roles": [
                "processContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
            }
        },
        {
            "id": "GB-FTS-33584",
            "name": "Sharpsmart Limited",
            "identifier": {
                "legalName": "Sharpsmart Limited"
            },
            "address": {
                "locality": "Spennymoor",
                "region": "UKC1",
                "postalCode": "DL16 6JF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-17967",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-140",
        "name": "NHS Supply Chain"
    },
    "language": "en",
    "awards": [
        {
            "id": "027627-2021-Project_30-1",
            "relatedLots": [
                "1"
            ],
            "title": "Reusable Waste Container Service for Healthcare Sharps and Clinical Waste",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-33584",
                    "name": "Sharpsmart Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027627-2021-Project_30-1",
            "awardID": "027627-2021-Project_30-1",
            "title": "Reusable Waste Container Service for Healthcare Sharps and Clinical Waste",
            "status": "active",
            "value": {
                "amount": 20000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-03T00:00:00Z"
        }
    ]
}