Award

Waste Management Services

SURREY AND BORDERS PARTNERSHIP NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Award

11 Aug 2023 at 15:02

Summary of the contracting process

The Surrey and Borders Partnership NHS Foundation Trust awarded a contract for Waste Management Services to Grundon Waste Management Ltd. The Contract, initially for three years with an extension option of up to two years, had a total spend of £899,211 (exclusive of VAT). The Contract is due to expire on 30th September 2023, with a proposed 6-month extension until 31st March 2024 to allow for a re-procurement exercise for the long-term successor.

This tender for waste management services offers business growth opportunities for companies in the waste management industry. Businesses specialising in clinical-waste collection services and waste management solutions are well-suited to compete. The procurement method used was a limited award procedure without prior publication of a call for competition, making it important for interested businesses to engage with the buying organisation, Surrey and Borders Partnership NHS Foundation Trust, to explore potential future contract opportunities.

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

Waste Management Services

Notice Description

Surrey and Borders Partnership NHS Foundation Trust ("the Trust") awarded a contract to Grundon Waste Management Ltd ("Grundon") commencing on 1st October 2018 following a procurement for waste management services ("the Contract"). The Contract was procured via the NHS Commercial Solutions hosted Waste Management framework, reference number 4321-20198, via a mini competition. The procurement was advertised in the OJEU Contract Notice 2017/S 115-231905. The Contract was for an initial period of three years with an option to extend for up to two years, which has been exercised. The Contract spend to date is PS899,211 (exclusive of VAT) . The Contract is now due to expire on 30th September 2023. The Trust is intending to extend the Contract for a period of 6 months with a longstop date of 31st March 2024 to allow the Trust to conduct a re-procurement exercise for the long-term successor to the Contract.

Lot Information

Lot 1

The Trust intends to extend the duration of the Contract for a bridging period of 6 months, to 31st March 2024. The estimated value of the proposed modification is PS96,612.29 ex VAT.
The extension will provide the Trust with a sufficient period of time to undertake a review of its waste management services, to manage the orderly wind-down and exit of the Contract and to run a re-procurement exercise for the long-term successor to the Contract.

Procurement Information

The Trust considers that it is permissible to extend the Contract on the basis that (a) the proposed modification will not breach the requirement in regulation 33(6) of the Public Contracts Regulations 2015 (as amended) ("PCR") (call off contracts must not entail substantial modifications to the terms laid down in the framework agreement); and (b) the proposed modification is not "substantial" within the meaning of Regulation 72(1)(e) and 72(8) of the PCR. <br/>The existing Contract commenced on 1st October 2018 and expires on 1st September 2023. The Trust intends to extend the Contract by 6 months to allow the Trust time to run a re-procurement exercise for the appointment of a long-term successor to the Contract. The total value of the original Contract was PS1,079,054 (inclusive of VAT) and the cost of the proposed 6-month extension is PS115,934 (inclusive of VAT).<br/>The Trust's position is that the proposed extension is a permitted modification under Regulation 72(1)(e) of the ("PCR") (non-substantial modifications) and that none of the conditions set out in Regulation 72(8) are met. <br/><br/><br/>With reference to Regulation 72(8)(a), the proposed modification will not render the Contract materially different in character to the one initially concluded as there will be no change to the services (either in terms of the nature of the services or the quantity). The modification is an extension of term only. <br/><br/>With reference to Regulation 72(8)(b), the Trust does not consider that the modification introduces conditions which, had they been part of the initial procurement procedure, would have-- (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure. The only effect of the modification is to extend the term of the Contract and so the Trust does not consider that there would have been any change to the outcome of the original procurement. <br/>With reference to Regulation 72(8)(c), the modification will not change any of the commercial terms of the Contract, and so there will be no change to the economic balance of the Contract.<br/>The Trust does not consider that the modification will extend the scope of the Contract considerably within the meaning of Regulation 72(8)(d) in the context of the Contract as a whole. No change is proposed to the nature or quantity of the services and no new services will be included in the scope. <br/>Regulation 72(8)(e) of the PCR is not engaged as there is no change to the contractor. <br/>The purpose of the modification is to provide a 'bridging period' in order to conduct a re-procurement exercise for the long-term successor to the Contract. The modification will therefore allow continuity of service and value for money for the Trust while it conducts this exercise, the scope of which will include managing the orderly wind-down and exit of the Contract with the existing supplier and mobilisation of the new Contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ef39
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023620-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90524100 - Clinical-waste collection services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£96,612 Under £100K

Notice Dates

Publication Date
11 Aug 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Sep 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SURREY AND BORDERS PARTNERSHIP NHS FOUNDATION TRUST
Contact Name
Natalie Croft
Contact Email
natalie.croft@sabp.nhs.uk
Contact Phone
Not specified

Buyer Location

Locality
LEATHERHEAD
Postcode
KT22 7FG
Post Town
Kingston upon Thames
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ26 East Surrey
Delivery Location
TLJ2 Surrey, East and West Sussex

Local Authority
Mole Valley
Electoral Ward
Leatherhead North
Westminster Constituency
Epsom and Ewell

Supplier Information

Number of Suppliers
1
Supplier Name

GRUNDON WASTE MANAGEMENT

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-03ef39-2023-08-11T16:02:21+01:00",
    "date": "2023-08-11T16:02:21+01:00",
    "ocid": "ocds-h6vhtk-03ef39",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03ef39",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Waste Management Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90524100",
            "description": "Clinical-waste collection services"
        },
        "mainProcurementCategory": "services",
        "description": "Surrey and Borders Partnership NHS Foundation Trust (\"the Trust\") awarded a contract to Grundon Waste Management Ltd (\"Grundon\") commencing on 1st October 2018 following a procurement for waste management services (\"the Contract\"). The Contract was procured via the NHS Commercial Solutions hosted Waste Management framework, reference number 4321-20198, via a mini competition. The procurement was advertised in the OJEU Contract Notice 2017/S 115-231905. The Contract was for an initial period of three years with an option to extend for up to two years, which has been exercised. The Contract spend to date is PS899,211 (exclusive of VAT) . The Contract is now due to expire on 30th September 2023. The Trust is intending to extend the Contract for a period of 6 months with a longstop date of 31st March 2024 to allow the Trust to conduct a re-procurement exercise for the long-term successor to the Contract.",
        "lots": [
            {
                "id": "1",
                "description": "The Trust intends to extend the duration of the Contract for a bridging period of 6 months, to 31st March 2024. The estimated value of the proposed modification is PS96,612.29 ex VAT. <br/>The extension will provide the Trust with a sufficient period of time to undertake a review of its waste management services, to manage the orderly wind-down and exit of the Contract and to run a re-procurement exercise for the long-term successor to the Contract.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "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": "The Trust considers that it is permissible to extend the Contract on the basis that (a) the proposed modification will not breach the requirement in regulation 33(6) of the Public Contracts Regulations 2015 (as amended) (\"PCR\") (call off contracts must not entail substantial modifications to the terms laid down in the framework agreement); and (b) the proposed modification is not \"substantial\" within the meaning of Regulation 72(1)(e) and 72(8) of the PCR. <br/>The existing Contract commenced on 1st October 2018 and expires on 1st September 2023. The Trust intends to extend the Contract by 6 months to allow the Trust time to run a re-procurement exercise for the appointment of a long-term successor to the Contract. The total value of the original Contract was PS1,079,054 (inclusive of VAT) and the cost of the proposed 6-month extension is PS115,934 (inclusive of VAT).<br/>The Trust's position is that the proposed extension is a permitted modification under Regulation 72(1)(e) of the (\"PCR\") (non-substantial modifications) and that none of the conditions set out in Regulation 72(8) are met. <br/><br/><br/>With reference to Regulation 72(8)(a), the proposed modification will not render the Contract materially different in character to the one initially concluded as there will be no change to the services (either in terms of the nature of the services or the quantity). The modification is an extension of term only. <br/><br/>With reference to Regulation 72(8)(b), the Trust does not consider that the modification introduces conditions which, had they been part of the initial procurement procedure, would have-- (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure. The only effect of the modification is to extend the term of the Contract and so the Trust does not consider that there would have been any change to the outcome of the original procurement. <br/>With reference to Regulation 72(8)(c), the modification will not change any of the commercial terms of the Contract, and so there will be no change to the economic balance of the Contract.<br/>The Trust does not consider that the modification will extend the scope of the Contract considerably within the meaning of Regulation 72(8)(d) in the context of the Contract as a whole. No change is proposed to the nature or quantity of the services and no new services will be included in the scope. <br/>Regulation 72(8)(e) of the PCR is not engaged as there is no change to the contractor. <br/>The purpose of the modification is to provide a 'bridging period' in order to conduct a re-procurement exercise for the long-term successor to the Contract. The modification will therefore allow continuity of service and value for money for the Trust while it conducts this exercise, the scope of which will include managing the orderly wind-down and exit of the Contract with the existing supplier and mobilisation of the new Contract."
    },
    "awards": [
        {
            "id": "023620-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-90065",
                    "name": "Grundon Waste Management Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-90064",
            "name": "Surrey and Borders Partnership NHS Foundation Trust",
            "identifier": {
                "legalName": "Surrey and Borders Partnership NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Third Floor, LeatherheadThird Floor, Leatherhead House, Station Road House, Station Road",
                "locality": "Leatherhead",
                "region": "UKJ2",
                "postalCode": "KT22 7FG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Natalie Croft",
                "email": "natalie.croft@sabp.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sabp.nhs.uk/",
                "buyerProfile": "https://www.sabp.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-90065",
            "name": "Grundon Waste Management Limited",
            "identifier": {
                "legalName": "Grundon Waste Management Limited",
                "id": "04245965"
            },
            "address": {
                "streetAddress": "Star Works, Star Lane, Knowl Hill",
                "locality": "Berkshire",
                "region": "UKJ1",
                "postalCode": "RG10 9XY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.grundon.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1661",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.judiciary.uk/courts-and-tribunals/high-court/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-90064",
        "name": "Surrey and Borders Partnership NHS Foundation Trust"
    },
    "contracts": [
        {
            "id": "023620-2023-1",
            "awardID": "023620-2023-1",
            "status": "active",
            "value": {
                "amount": 96612.29,
                "currency": "GBP"
            },
            "dateSigned": "2018-10-01T00:00:00+01:00"
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:231905-2017:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}