Notice Information
Notice Title
Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs
Notice Description
The 11 Midlands Region NHS Integrated Care Boards are inviting suitably qualified suppliers to provide Clinical Waste Collection and Disposal Services from Primary Care waste producing sites, these being General Practice (GPs) and Community Pharmacy (CP) settings across the geographical footprint of each of the 11 Midlands Region NHS Integrated Care Boards as set out in table 1.1 of Document 1 to this opportunity. These 11 ICB Commissioning organisations are separate Contracting Authorities, as listed below: Lot 1 = NHS Birmingham and Solihull ICB Lot 2 = NHS Black Country ICB Lot 3 = NHS Coventry and Warwickshire ICB Lot 4 = NHS Herefordshire and Worcestershire ICB Lot 5 = NHS Staffordshire and Stoke-on-Trent ICB Lot 6 = NHS Shropshire, Telford and Wrekin ICB Lot 7 = NHS Derby and Derbyshire ICB Lot 8 = NHS Nottingham and Nottinghamshire ICB Lot 9 = NHS Lincolnshire ICB Lot 10 = NHS Leicester, Leicestershire and Rutland ICB Lot 11 = NHS Northamptonshire ICB Each of the individual 11 ICBs are looking for a Supplier to deliver a Clinical Waste Collection and Disposal Service within their geographical area that: 1. Understands the importance of this collection service for our Waste Producer who deliver key services to the local population 2. Ensures collections are as scheduled and communicated to the GPs and Community Pharmacies with replacement consumables provided as required to Tier 1 Defined Active Waste Producers, Tier 2 Defined Pending Waste Producers and Tier 3 Undefined Pending Waste Procedures. Definitions of the Waste Provider Tiers are located in Document 5 Specification, section 5 Waste Producer Tiers. 3. Complies with regulatory requirements for safe and sustainable management of healthcare waste 4. Supports a circular economy concept of reducing, recycling and reusing waste 5. Supports the Greener NHS and the carbon reduction target 6. Supports each ICB's cost reduction target of 50% set out by NHS England The Supplier will be required to demonstrate appropriate capability and infrastructure to enable the delivery of the service. For specific note, the Document 1 sets out the following: Please refer to Document 5 - Schedule 5 Service Specification, paragraph 5.5, which states that each Waste Producer is assigned a tier: Tier 1: Defined/Active Waste Producers Active Waste Producers are defined as Waste Producers which form the majority of the Service Requirements, and the core group of Waste Producers receiving Services. The Supplier will be required to provide Services to all Active Waste Producers from the Services Commencement Date. Tier 2: Defined/Pending Waste Producers "Pending Waste Producers" are defined as Waste Producers which can be defined/detailed but are not Active Waste Producers on the Services Commencement Date because they have other existing arrangements in place. It is intended that these Waste Producers will become Active Waste Producers following during the Term in accordance with Document 5 - Specification and or Document 6 - the Contract. The Service Requirements of Tier 2 Waste Producers will not form part of the Services until such time as the Authority notifies the Supplier that a Tier 2 Waste Producer is Active. Once a Tier 2 is designated by the Authority an Active Waste Producer, their Service Requirements shall form part of the Services. For the avoidance of doubt, no Change Control Process is required where a Tier 2 Waste Producer becomes Active and such change is solely at the discretion of the Authority. Tier 3: Undefined/Pending Waste Producer(s) These are other Waste Producers who have similar Service Requirements to Tier 1 and 2 Waste Producers who are unknown / undefined at the Services Commencement Date and may be added during the Term following completion of the Change Control Process (Schedule 13 of Document 6 - Contract). Examples of Waste Producers covered within Tier 3 include, but are not limited to: Other GP sites not included within Tier 1 and Tier 2 (as set out in Clauses 5.5.1 and 5.5.2 in Document 5 Specification) due to other existing arrangements or insufficient data available to include within the Service Requirements. This is estimated to be <1% of all GPs in England. Community Pharmacy Influenza Vaccination Scheme waste, which responsibility for commissioning currently sits with the Waste Producer themselves. There are approximately 1700 Community Pharmacies offering this service. Home Patients waste, i.e. any waste generated by clinicians or the patient themselves in a residential setting (e.g. diabetes sharps, home based dialysis, virtual wards). This may be collected via other NHS premises (e.g. GP/ Community Pharmacy) or the patient's own home. Any other NHS services provided by new or existing primary care sites (e.g. Enhanced Services, pop-up clinics/vaccine sites), which are introduced during the Term. The Successful Bidder will need to anticipate possible changes to Service Requirements as NHS services evolve and change over time. As a result of this procurement exercise, a separate contract (NHS Terms and Conditions for the Supply of Goods and Services) will be established with each Successful Bidder for each of the eleven (11) Lots as set out in table 1.7 of Document 1 ITT process overview' (which can be found in the supplier documents folder found in the Supplier Document Folders | Salesforce for this opportunity. A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years). Please note: Over the past few months, the Authority has been working on the service requirements, documentation, and process to ensure it reflects our service needs and meets the new Procurement Act 2023 (PA23). Consequently, please be aware that the documents published may differ from those previously published as part of our preliminary market engagement discussions and Bidders MUST read all the attached documentation to understanding the requirements, prior to completing the response documentation. For specific notice, a UK3 notice (Notice identifier) 2025/S000-056062)was published 28th August 2025. However, the procedure identified has been amended in this opportunity, form a Competitive Flexible Procedure to a Open Procedure. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health- family.force.com/s/Welcome Project Reference: C319725 Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs
Lot Information
NHS Birmingham & Solihull Integrated Care Board.
Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Birmingham & Solihull Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Leicester, Leicestershire and Rutland Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Leicester, Leicestershire and Rutland Integrated Care Service (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Northamptonshire Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Northamptonshire Integrated Care Service (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Black Country Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Black Country Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Coventry & Warwickshire Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Coventry & Warwickshire Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Herefordshire & Worcestershire Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Herefordshire & Worcestershire Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Staffordshire and Stoke on Trent Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Staffordshire and Stoke on Trent Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Shropshire, Telford & Wrekin Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Shropshire, Telford and Wrekin Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Derby & Derbyshire Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Derby & Derbyshire Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Nottingham and Nottinghamshire Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Nottingham and Nottinghamshire Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
NHS Lincolnshire Integrated Care BoardClinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Lincolnshire Integrated Care System (ICS). "Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process".
Renewal: A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05faea
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/085751-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90000000 - Sewage, refuse, cleaning and environmental services
90524100 - Clinical-waste collection services
90524200 - Clinical-waste disposal services
Notice Value(s)
- Tender Value
- £37,200,000 £10M-£100M
- Lots Value
- £37,200,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Dec 20256 days ago
- Submission Deadline
- 30 Jan 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2032 Over 5 years
- Recurrence
- 2035-07-02
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS BLACK COUNTRY INTEGRATED CARE BOARD
- Additional Buyers
NHS ARDEN AND GREATER EAST MIDLANDS COMMISSIONING SUPPORT UNIT
NHS BIRMINGHAM AND SOLIHULL INTEGRATED CARE BOARD
NHS COVENTRY AND WARWICKSHIRE INTEGRATED CARE BOARD
NHS DERBY & DERBYSHIRE INTEGRATED CARE BOARD
NHS HEREFORDSHIRE AND WORCESTERSHIRE INTEGRATED CARE BOARD
NHS LEICESTER, LEICESTERSHIRE AND RUTLAND INTEGRATED CARE BOARD
NHS LINCOLNSHIRE INTEGRATED CARE BOARD
NHS NORTHAMPTONSHIRE INTEGRATED CARE BOARD
NHS NOTTINGHAM AND NOTTINGHAMSHIRE INTEGRATED CARE BOARD
- Contact Name
- Andy Harvey
- Contact Email
- agem.procurementconsultancy@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- WOLVERHAMPTON
- Postcode
- WV1 1SH
- Post Town
- Wolverhampton
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Warwick
- Electoral Ward
- Warwick Saltisford
- Westminster Constituency
- Warwick and Leamington
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/085751-2025
23rd December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/085138-2025
19th December 2025 - Tender notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05faea-2025-12-23T11:26:00Z",
"date": "2025-12-23T11:26:00Z",
"ocid": "ocds-h6vhtk-05faea",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PCXW-1342-CXYV",
"name": "NHS Black Country Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PCXW-1342-CXYV"
},
"address": {
"streetAddress": "Civic Centre, St Peter's Square",
"locality": "Wolverhampton",
"postalCode": "WV1 1SH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG39"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.blackcountry.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PCLY-6219-YPTV",
"name": "NHS Leicester, Leicestershire and Rutland Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PCLY-6219-YPTV"
},
"address": {
"streetAddress": "Room G30, Pen Lloyd Building, County Hall Glenfield",
"locality": "Leicester",
"postalCode": "LE3 8TB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF22"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.leicesterleicestershireandrutland.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PXJD-6284-VTGG",
"name": "NHS Derby & Derbyshire Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PXJD-6284-VTGG"
},
"address": {
"streetAddress": "The Council House, First Floor, Corporation Street",
"locality": "Derby",
"postalCode": "DE1 2FS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF11"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.joinedupcarederbyshire.co.uk/derbyshire-integrated-care-board/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PZXB-5878-GBVD",
"name": "NHS Nottingham and Nottinghamshire Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PZXB-5878-GBVD"
},
"address": {
"streetAddress": "Sir John Robinson House Sir John Robinson Way Arnold Nottingham",
"locality": "Nottingham",
"postalCode": "NG5 6DA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF16"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.notts.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PGZQ-6523-JGTT",
"name": "NHS Shropshire, Telford and Wrekin Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PGZQ-6523-JGTT"
},
"address": {
"streetAddress": "Wellington Civic Offices, Larkin Way, Tan Bank, Wellington",
"locality": "Telford",
"postalCode": "TF1 1LX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG21"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.shropshiretelfordandwrekin.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PWCM-9262-VJDY",
"name": "NHS Northamptonshire Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PWCM-9262-VJDY"
},
"address": {
"streetAddress": "Francis Crick House, Summerhouse Road, Moulton Park",
"locality": "Northampton",
"postalCode": "NN3 6BF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF24"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.icnorthamptonshire.org.uk/icb",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PQRJ-5722-YJRJ",
"name": "NHS Lincolnshire Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PQRJ-5722-YJRJ"
},
"address": {
"streetAddress": "Bridge House The Point Lions Way",
"locality": "Sleaford",
"postalCode": "NG34 8GG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF30"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lincolnshire.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PMRD-4914-TDDX",
"name": "NHS Staffordshire and Stoke-on-Trent Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PMRD-4914-TDDX"
},
"address": {
"streetAddress": "1 Staffordshire Place",
"locality": "Stafford",
"postalCode": "ST16 2LP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.staffsstoke.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PWQY-9673-JBYN",
"name": "NHS Birmingham and Solihull Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PWQY-9673-JBYN"
},
"address": {
"streetAddress": "NHS Birmingham and Solihull Integrated Care Board Alpha Tower, 8th Floor, Suffolk Street Queensway",
"locality": "Birmingham",
"postalCode": "B1 1TT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.birminghamsolihull.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PNMN-7243-RQRR",
"name": "NHS Herefordshire and Worcestershire Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PNMN-7243-RQRR"
},
"address": {
"streetAddress": "Kirkham House, John Comyn Drive, Perdiswell",
"locality": "Worcester",
"postalCode": "WR3 7NS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG12"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.herefordshireandworcestershire.icb.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PLVR-6647-BVMM",
"name": "NHS Arden and Greater East Midlands Commissioning Support Unit",
"identifier": {
"scheme": "GB-PPON",
"id": "PLVR-6647-BVMM"
},
"address": {
"streetAddress": "Cardinal Square, 10 Nottingham Road",
"locality": "Derby",
"postalCode": "DE1 3QT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF11"
},
"contactPoint": {
"name": "Andy Harvey",
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "AGCSU is conducting this procurement exercise as agent for and on behalf of the principal(s) (being the Commissioner(s)) with whom the successful Suppliers will ultimately enter contracts for the supply of the Services.",
"details": {
"url": "https://www.ardengemcsu.nhs.uk/"
}
},
{
"id": "GB-PPON-PBZT-7637-QJTP",
"name": "NHS Coventry and Warwickshire Integrated Care Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PBZT-7637-QJTP"
},
"address": {
"streetAddress": "Westgate House Market Street",
"locality": "Warwick",
"postalCode": "CV34 4DE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "agem.procurementconsultancy@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.happyhealthylives.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PCXW-1342-CXYV",
"name": "NHS Black Country Integrated Care Board"
},
"planning": {
"noEngagementNoticeRationale": "There is no need to reduce the time limits, as the Contracting Authorities are using the appropriate process timelines."
},
"tender": {
"id": "C397215",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs",
"description": "The 11 Midlands Region NHS Integrated Care Boards are inviting suitably qualified suppliers to provide Clinical Waste Collection and Disposal Services from Primary Care waste producing sites, these being General Practice (GPs) and Community Pharmacy (CP) settings across the geographical footprint of each of the 11 Midlands Region NHS Integrated Care Boards as set out in table 1.1 of Document 1 to this opportunity. These 11 ICB Commissioning organisations are separate Contracting Authorities, as listed below: Lot 1 = NHS Birmingham and Solihull ICB Lot 2 = NHS Black Country ICB Lot 3 = NHS Coventry and Warwickshire ICB Lot 4 = NHS Herefordshire and Worcestershire ICB Lot 5 = NHS Staffordshire and Stoke-on-Trent ICB Lot 6 = NHS Shropshire, Telford and Wrekin ICB Lot 7 = NHS Derby and Derbyshire ICB Lot 8 = NHS Nottingham and Nottinghamshire ICB Lot 9 = NHS Lincolnshire ICB Lot 10 = NHS Leicester, Leicestershire and Rutland ICB Lot 11 = NHS Northamptonshire ICB Each of the individual 11 ICBs are looking for a Supplier to deliver a Clinical Waste Collection and Disposal Service within their geographical area that: 1. Understands the importance of this collection service for our Waste Producer who deliver key services to the local population 2. Ensures collections are as scheduled and communicated to the GPs and Community Pharmacies with replacement consumables provided as required to Tier 1 Defined Active Waste Producers, Tier 2 Defined Pending Waste Producers and Tier 3 Undefined Pending Waste Procedures. Definitions of the Waste Provider Tiers are located in Document 5 Specification, section 5 Waste Producer Tiers. 3. Complies with regulatory requirements for safe and sustainable management of healthcare waste 4. Supports a circular economy concept of reducing, recycling and reusing waste 5. Supports the Greener NHS and the carbon reduction target 6. Supports each ICB's cost reduction target of 50% set out by NHS England The Supplier will be required to demonstrate appropriate capability and infrastructure to enable the delivery of the service. For specific note, the Document 1 sets out the following: Please refer to Document 5 - Schedule 5 Service Specification, paragraph 5.5, which states that each Waste Producer is assigned a tier: Tier 1: Defined/Active Waste Producers Active Waste Producers are defined as Waste Producers which form the majority of the Service Requirements, and the core group of Waste Producers receiving Services. The Supplier will be required to provide Services to all Active Waste Producers from the Services Commencement Date. Tier 2: Defined/Pending Waste Producers \"Pending Waste Producers\" are defined as Waste Producers which can be defined/detailed but are not Active Waste Producers on the Services Commencement Date because they have other existing arrangements in place. It is intended that these Waste Producers will become Active Waste Producers following during the Term in accordance with Document 5 - Specification and or Document 6 - the Contract. The Service Requirements of Tier 2 Waste Producers will not form part of the Services until such time as the Authority notifies the Supplier that a Tier 2 Waste Producer is Active. Once a Tier 2 is designated by the Authority an Active Waste Producer, their Service Requirements shall form part of the Services. For the avoidance of doubt, no Change Control Process is required where a Tier 2 Waste Producer becomes Active and such change is solely at the discretion of the Authority. Tier 3: Undefined/Pending Waste Producer(s) These are other Waste Producers who have similar Service Requirements to Tier 1 and 2 Waste Producers who are unknown / undefined at the Services Commencement Date and may be added during the Term following completion of the Change Control Process (Schedule 13 of Document 6 - Contract). Examples of Waste Producers covered within Tier 3 include, but are not limited to: Other GP sites not included within Tier 1 and Tier 2 (as set out in Clauses 5.5.1 and 5.5.2 in Document 5 Specification) due to other existing arrangements or insufficient data available to include within the Service Requirements. This is estimated to be <1% of all GPs in England. Community Pharmacy Influenza Vaccination Scheme waste, which responsibility for commissioning currently sits with the Waste Producer themselves. There are approximately 1700 Community Pharmacies offering this service. Home Patients waste, i.e. any waste generated by clinicians or the patient themselves in a residential setting (e.g. diabetes sharps, home based dialysis, virtual wards). This may be collected via other NHS premises (e.g. GP/ Community Pharmacy) or the patient's own home. Any other NHS services provided by new or existing primary care sites (e.g. Enhanced Services, pop-up clinics/vaccine sites), which are introduced during the Term. The Successful Bidder will need to anticipate possible changes to Service Requirements as NHS services evolve and change over time. As a result of this procurement exercise, a separate contract (NHS Terms and Conditions for the Supply of Goods and Services) will be established with each Successful Bidder for each of the eleven (11) Lots as set out in table 1.7 of Document 1 ITT process overview' (which can be found in the supplier documents folder found in the Supplier Document Folders | Salesforce for this opportunity. A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years). Please note: Over the past few months, the Authority has been working on the service requirements, documentation, and process to ensure it reflects our service needs and meets the new Procurement Act 2023 (PA23). Consequently, please be aware that the documents published may differ from those previously published as part of our preliminary market engagement discussions and Bidders MUST read all the attached documentation to understanding the requirements, prior to completing the response documentation. For specific notice, a UK3 notice (Notice identifier) 2025/S000-056062)was published 28th August 2025. However, the procedure identified has been amended in this opportunity, form a Competitive Flexible Procedure to a Open Procedure. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health- family.force.com/s/Welcome Project Reference: C319725 Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "1"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "10"
},
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "11"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524100",
"description": "Clinical-waste collection services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90524200",
"description": "Clinical-waste disposal services"
}
],
"relatedLot": "9"
}
],
"value": {
"amountGross": 44640000,
"amount": 37200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome Project Reference: C319725 Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-30T10:00:00Z"
},
"awardPeriod": {
"endDate": "2026-07-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "NHS Birmingham & Solihull Integrated Care Board.",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Birmingham & Solihull Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 6180000,
"amount": 5150000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "10",
"title": "NHS Leicester, Leicestershire and Rutland Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Leicester, Leicestershire and Rutland Integrated Care Service (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 4452000,
"amount": 3710000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "11",
"title": "NHS Northamptonshire Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Northamptonshire Integrated Care Service (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 2688000,
"amount": 2240000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "2",
"title": "NHS Black Country Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Black Country Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 5604000,
"amount": 4670000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "3",
"title": "NHS Coventry & Warwickshire Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Coventry & Warwickshire Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 4128000,
"amount": 3440000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "4",
"title": "NHS Herefordshire & Worcestershire Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Herefordshire & Worcestershire Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 2760000,
"amount": 2300000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "5",
"title": "NHS Staffordshire and Stoke on Trent Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Staffordshire and Stoke on Trent Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 5340000,
"amount": 4450000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "6",
"title": "NHS Shropshire, Telford & Wrekin Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Shropshire, Telford and Wrekin Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 2028000,
"amount": 1690000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "7",
"title": "NHS Derby & Derbyshire Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Derby & Derbyshire Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 4584000,
"amount": 3820000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "8",
"title": "NHS Nottingham and Nottinghamshire Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Nottingham and Nottinghamshire Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\"",
"status": "active",
"value": {
"amountGross": 3816000,
"amount": 3180000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
},
{
"id": "9",
"title": "NHS Lincolnshire Integrated Care Board",
"description": "Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Lincolnshire Integrated Care System (ICS). \"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract. This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process\".",
"status": "active",
"value": {
"amountGross": 3060000,
"amount": 2550000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.",
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Technical & Quality",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Environmental Measurement & Emissions Monitoring",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "price",
"name": "Commercial Evaluation",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
},
{
"type": "quality",
"name": "Social Value",
"description": "Details of the Evaluation Criteria are as set out in Document 1."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
},
{
"type": "economic",
"description": "As detailed in Document 1."
},
{
"type": "technical",
"description": "As detailed in Document 1."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years)."
}
}
],
"lotDetails": {
"awardCriteriaDetails": "Details of all 11 lots can be found by reference to - Document 1, Section 1"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "085138-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/085138-2025",
"datePublished": "2025-12-19T16:59:55Z",
"format": "text/html"
},
{
"id": "085751-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/085751-2025",
"datePublished": "2025-12-23T11:26:00Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2035-07-02T23:59:59+01:00"
},
{
"startDate": "2035-07-02T23:59:59+01:00"
}
]
},
"riskDetails": "Risk 1 - Volumes and values Volumes and values of Tier 3 sites (Undefined/Pending Waste Producers) are unknown (e.g. future pandemic, patient home clinical waste). NHSE/Commissioner may require community pharmacies to provide additional services in the future. How the risk impacts performance: Increased capacity requirements on suppliers. Why it can't be addressed upfront: We cannot predict a future pandemic or policy changes that will increase volumes. The possibility of contract modification if it happens: A pandemic will need urgent modification to clinical waste contracts. Policy changes will also require modification. Risk 2 - Identified Tier 2 Services Identified Tier 2 (Defined/Pending Waste Producers) sites are not guaranteed to move to a Tier 1 (active) waste producer sites. How the risk impacts performance: Increased capacity requirements on suppliers. Why it can't be addressed upfront: We cannot predict when a Tier 2 becomes a Tier 1 waste producer. The possibility of contract modification if it happens: Will require a modification. Risk 3 - Unanticipated lot/contract termination Unanticipated lot/contract termination by a supplier. For GP the risk is contract termination, for pharmacy it is removal from the pharmaceutical list. There is also the option of contract hand back (GP) and exit from the pharmaceutical list - the latter are provider initiated and the former commissioner initiated. How the risk impacts performance: Decreased capacity, environmental risk of increased storage. Why it can't be addressed upfront: Unanticipated contract hand back by a supplier cannot be predicted. The possibility of contract modification if it happens: May require urgent modification. Risk 4 - Future Legislation Change Future legislative waste or emissions changes. How the risk impacts performance: May increase/decrease volumes and/or costs. Why it can't be addressed upfront: We cannot predict future legislative changes. The possibility of contract modification if it happens: May require modification. Risk 5 - Future NHS Organisation Changes Future NHS organisational changes (Local and/or National) due to Governmental policy. How the risk impacts performance: May change Authority lot/contract areas, may change Authority responsibilities. Why it can't be addressed upfront: Unknown Governmental future policy changes. The possibility of contract modification if it happens: May require novation or modifications to contracts.",
"amendments": [
{
"id": "085751-2025",
"description": "One contracting authority is missing from the list within the contracting authority section, however was showing elsewhere in the notice."
}
]
},
"language": "en"
}