Award

NP805/19 Healthcare Waste Services across NHS Scotland

THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")

This public procurement record has 2 releases in its history.

Award

11 Mar 2019 at 00:00

Tender

31 May 2018 at 00:00

Summary of the contracting process

The Common Services Agency (NHS National Services Scotland) is seeking tenders for the contract titled "NP805/19 Healthcare Waste Services across NHS Scotland." This procurement falls under the healthcare industry and is located in Edinburgh, UK. Currently in the tender stage, the submission deadline expired on 12th September 2018, and the contract will be active for a duration of ten years with the possibility of a two-year extension. The procurement method is an open procedure and covers several service lots, aiming to deliver healthcare waste management solutions across NHS Scotland. The annual value of the Framework Agreement is estimated between £8 million and £12 million.

This procurement presents a significant opportunity for businesses specialising in healthcare waste management, particularly those with scalable operations capable of executing comprehensive waste collection, disposal, and recycling services. Companies involved in innovative waste solutions, as well as those equipped to handle the logistics of waste management across numerous NHS sites, would be suitable competitors. The potential for growth through this contract is noteworthy, especially considering the framework's long-term nature and the emphasis on best value and innovation.

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

NP805/19 Healthcare Waste Services across NHS Scotland

Notice Description

Healthcare Waste Services across NHS Scotland comprising 3 lots. The Authority reserves the right not to award Lot 2. There are therefore 4 award possibilities: (1) lot 1A and 2 will be awarded, or (2) lot 1B and lot 2 will be awarded, or (3) lot 1A will be awarded, or (4) lot 1B will be awarded. - Lot 1A: Healthcare Waste Services using a blended rate - Lot 1B: Healthcare Waste Services using a per waste stream rate - Lot 2: Single stream Healthcare Waste Services using Reusable Containers. The Framework Agreement will be in place for 10 years (+2) and will encourage innovation during that period of time.

Lot Information

Lot 1A: Healthcare Waste Services blended rate

Collection and/or receipt, transport, treatment, disposal of, remanufacture, reuse, recycling, recovery of Healthcare Waste across described sites in NHS Scotland with reporting, management, innovation, with a solution that represents best value for money. Either lot 1A or lot 1B will be awarded together with lot 2, if lot 2 is awarded.. This lot will be evaluated in the ratio of 60% technical and 40% commercial criteria.

Options: Different approaches and solutions are discussed in the procurement documents.

Renewal: 10 year initial term with any number of extensions totalling 2 years possible. A new procurement will follow the expiry of the Framework Agreement.

Lot 1B: Healthcare Waste Services rate per waste stream

Collection and/or receipt, transport, treatment, disposal of, remanufacture, recycling, reuse, recovery of Healthcare Waste across described sites in NHS Scotland with reporting, management, innovation, with a solution that represents best value for money. Either lot 1A or lot 1B will be awarded together with lot 2, if lot 2 is awarded.. This lot will be evaluated in the ratio of 60% technical and 40% commercial criteria.

Options: Options will be discussed in the procurement documents.

Renewal: 10 year initial term with any number of extensions totalling 2 years possible, with a new procurement to take place after Framework Agreement expiry.

Lot 2: Single stream Healthcare Waste Services using Reusable Containers

Collection, transport, disposal of Healthcare Waste across NHS Scotland with reporting, management and innovation. Contractor to provide fit-for-purpose clean, empty reusable containers, collect full containers or take delivery of them - currently metals and sharps but could be extended to other materials - dispose of contents, remanufacture, reuse, recycle or recover and provide rebate to the relevant Health Board for sold materials, replace containers. The Authority reserves the right not to award lot 2. If awarded, lot 2 will be awarded together with either lot 1A or lot 1B.. This lot will be evaluated in the ratio of 40% technical and 60% commercial criteria.

Options: Options described in the procurement documents.

Renewal: 10 year initial term if awarded and any number of extensions totalling 2 years possible with a new procurement after Framework Agreement expiry.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000517317
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348228
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

90513000 - Non-hazardous refuse and waste treatment and disposal services

90520000 - Radioactive-, toxic-, medical- and hazardous waste services

90524000 - Medical waste services

90524100 - Clinical-waste collection services

90524200 - Clinical-waste disposal services

90524400 - Collection, transport and disposal of hospital waste

Notice Value(s)

Tender Value
£140,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£120,000,000 £100M-£1B

Notice Dates

Publication Date
11 Mar 20196 years ago
Submission Deadline
12 Sep 2018Expired
Future Notice Date
Not specified
Award Date
31 Jan 20197 years ago
Contract Period
Not specified - Not specified
Recurrence
A procurement will commence in approximately 9 years, or approximately 11 years if the 2-year extension is used.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Unsuccessful
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
Contact Name
Iain Main- NDC Category Manager
Contact Email
nss.pcfndccategory@nhs.net
Contact Phone
+44 1698794410, +44 1698794586

Buyer Location

Locality
EDINBURGH
Postcode
EH12 9EB
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
Drum Brae/Gyle
Westminster Constituency
Edinburgh South West

Supplier Information

Number of Suppliers
1
Supplier Name

TRADEBE HEALTHCARE NATIONAL

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320803
    NP805/19 Healthcare Waste Services across NHS Scotland - Healthcare Waste Services across NHS Scotland comprising 3 lots. The Authority reserves the right not to award Lot 2. There are therefore 4 award possibilities: (1) lot 1A and 2 will be awarded, or (2) lot 1B and lot 2 will be awarded, or (3) lot 1A will be awarded, or (4) lot 1B will be awarded. - Lot 1A: Healthcare Waste Services using a blended rate - Lot 1B: Healthcare Waste Services using a per waste stream rate - Lot 2: Single stream Healthcare Waste Services using Reusable Containers. The Framework Agreement will be in place for 10 years (+2) and will encourage innovation during that period of time.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348228
    NP805/19 Healthcare Waste Services across NHS Scotland - Healthcare Waste Services across NHS Scotland comprising 3 lots. The Authority reserves the right not to award Lot 2. There are therefore 4 award possibilities: (1) lot 1A and 2 will be awarded, or (2) lot 1B and lot 2 will be awarded, or (3) lot 1A will be awarded, or (4) lot 1B will be awarded. - Lot 1A: Healthcare Waste Services using a blended rate - Lot 1B: Healthcare Waste Services using a per waste stream rate - Lot 2: Single stream Healthcare Waste Services using Reusable Containers. The Framework Agreement will be in place for 10 years (+2) and will encourage innovation during that period of time.

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-r6ebe6-0000517317-2019-03-11T00:00:00Z",
    "date": "2019-03-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000517317",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
            },
            "address": {
                "streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "telephone": "+44 1698794410",
                "url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
            },
            "roles": [
                "reviewBody",
                "buyer",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-112",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
            },
            "address": {
                "streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "name": "Iain Main- NDC Category Manager",
                "email": "nss.pcfndccategory@nhs.net",
                "telephone": "+44 1698794586",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
            }
        },
        {
            "id": "org-291",
            "name": "Tradebe Healthcare National Ltd",
            "identifier": {
                "legalName": "Tradebe Healthcare National Ltd"
            },
            "address": {
                "streetAddress": "Unit C & D, 203 Burcott Road",
                "locality": "Avonmouth",
                "region": "UKK1",
                "postalCode": "BS11 8AP"
            },
            "contactPoint": {
                "telephone": "+44 1179802990"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
        "id": "org-112"
    },
    "tender": {
        "id": "NP805/19",
        "title": "NP805/19 Healthcare Waste Services across NHS Scotland",
        "description": "Healthcare Waste Services across NHS Scotland comprising 3 lots. The Authority reserves the right not to award Lot 2. There are therefore 4 award possibilities: (1) lot 1A and 2 will be awarded, or (2) lot 1B and lot 2 will be awarded, or (3) lot 1A will be awarded, or (4) lot 1B will be awarded. - Lot 1A: Healthcare Waste Services using a blended rate - Lot 1B: Healthcare Waste Services using a per waste stream rate - Lot 2: Single stream Healthcare Waste Services using Reusable Containers. The Framework Agreement will be in place for 10 years (+2) and will encourage innovation during that period of time.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90524400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90520000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "All NHS Scotland sites which produce Healthcare Waste for collection, disposal and management, as described in the ITT."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "90524400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90520000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "All NHS Scotland sites which produce Healthcare Waste for collection, disposal and management, as described in the ITT."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "90524400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90524200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90520000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90513000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Described NHS Scotland sites."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 140000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-09-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-09-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN320803",
                "documentType": "contractNotice",
                "title": "NP805/19 Healthcare Waste Services across NHS Scotland",
                "description": "Healthcare Waste Services across NHS Scotland comprising 3 lots. The Authority reserves the right not to award Lot 2. There are therefore 4 award possibilities: (1) lot 1A and 2 will be awarded, or (2) lot 1B and lot 2 will be awarded, or (3) lot 1A will be awarded, or (4) lot 1B will be awarded. - Lot 1A: Healthcare Waste Services using a blended rate - Lot 1B: Healthcare Waste Services using a per waste stream rate - Lot 2: Single stream Healthcare Waste Services using Reusable Containers. The Framework Agreement will be in place for 10 years (+2) and will encourage innovation during that period of time.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320803",
                "format": "text/html"
            },
            {
                "id": "MAR348228",
                "documentType": "awardNotice",
                "title": "NP805/19 Healthcare Waste Services across NHS Scotland",
                "description": "Healthcare Waste Services across NHS Scotland comprising 3 lots. The Authority reserves the right not to award Lot 2. There are therefore 4 award possibilities: (1) lot 1A and 2 will be awarded, or (2) lot 1B and lot 2 will be awarded, or (3) lot 1A will be awarded, or (4) lot 1B will be awarded. - Lot 1A: Healthcare Waste Services using a blended rate - Lot 1B: Healthcare Waste Services using a per waste stream rate - Lot 2: Single stream Healthcare Waste Services using Reusable Containers. The Framework Agreement will be in place for 10 years (+2) and will encourage innovation during that period of time.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348228",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1A: Healthcare Waste Services blended rate",
                "description": "Collection and/or receipt, transport, treatment, disposal of, remanufacture, reuse, recycling, recovery of Healthcare Waste across described sites in NHS Scotland with reporting, management, innovation, with a solution that represents best value for money. Either lot 1A or lot 1B will be awarded together with lot 2, if lot 2 is awarded.. This lot will be evaluated in the ratio of 60% technical and 40% commercial criteria.",
                "status": "complete",
                "options": {
                    "description": "Different approaches and solutions are discussed in the procurement documents."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "10 year initial term with any number of extensions totalling 2 years possible. A new procurement will follow the expiry of the Framework Agreement."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 1B: Healthcare Waste Services rate per waste stream",
                "description": "Collection and/or receipt, transport, treatment, disposal of, remanufacture, recycling, reuse, recovery of Healthcare Waste across described sites in NHS Scotland with reporting, management, innovation, with a solution that represents best value for money. Either lot 1A or lot 1B will be awarded together with lot 2, if lot 2 is awarded.. This lot will be evaluated in the ratio of 60% technical and 40% commercial criteria.",
                "status": "complete",
                "options": {
                    "description": "Options will be discussed in the procurement documents."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "10 year initial term with any number of extensions totalling 2 years possible, with a new procurement to take place after Framework Agreement expiry."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Lot 2: Single stream Healthcare Waste Services using Reusable Containers",
                "description": "Collection, transport, disposal of Healthcare Waste across NHS Scotland with reporting, management and innovation. Contractor to provide fit-for-purpose clean, empty reusable containers, collect full containers or take delivery of them - currently metals and sharps but could be extended to other materials - dispose of contents, remanufacture, reuse, recycle or recover and provide rebate to the relevant Health Board for sold materials, replace containers. The Authority reserves the right not to award lot 2. If awarded, lot 2 will be awarded together with either lot 1A or lot 1B.. This lot will be evaluated in the ratio of 40% technical and 60% commercial criteria.",
                "status": "complete",
                "options": {
                    "description": "Options described in the procurement documents."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "10 year initial term if awarded and any number of extensions totalling 2 years possible with a new procurement after Framework Agreement expiry."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3,
            "awardCriteriaDetails": "lots 1A and 2, or lots 1B and 2, or lot 1A only or lot 1B only."
        },
        "bidOpening": {
            "date": "2018-09-12T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "performanceTerms": "Included in the procurement documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "See selection criteria in procurement documents."
                },
                {
                    "type": "economic",
                    "description": "All selection criteria are stated in the procurement documents and all potential tenderers are directed to the Invitation to tender which describes all selection criteria and not only those described in the Contract Notice. For the purposes of the ESPD, the following lists the selection criteria for 4B. Please provide one of the following: a. A copy of your audited accounts or equivalent for the most recent financial year and the 2 years prior to that, along with details of any significant changes since the most recent year end. or b. If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded Call-Off Contract. For example, a statement of your organisation's cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. Please provide for the most recent financial year and the two years prior to that: general turnover, as well as specific turnover relating only to the Services (ESPD 4B.1.1 and 4B.2.1). In line with ESPD 4B.4, please provide financial ratios as follows for the most recent financial year and the two financial years prior to that: current assets and current liabilities to calculate the current ratio; gross profit and net sales (revenue) to calculate the gross profit margin; total liabilities and total assets to calculate the debt ratio; operating cash-flow and short term debt to calculate the short term debt coverage. For the purposes of ESPD 4B.6: The tenderer is required to agree to use the parent company guarantee included in this ITT. If the tenderer does not have a parent company, the tenderer is required to agree to use the bond included in this ITT. Both to be signed at Framework Agreement award stage as a condition precedent to award of the Framework Agreement. For the purposes of ESPD 4B.5.1 and 4B.5.2, the tenderer will evidence that it holds the following levels of insurance: Employer's (Compulsory) Liability Insurance = 10m GBP Public Liability Insurance = 10m GBP. Product Liability Insurance = 2m GBP; Professional Indemnity Insurance = 2m GBP.",
                    "minimum": "Turnover must be at least twice that of the annual NHSS spend on Healthcare Waste (approx 12m GBP pa). If the financial accounts raise concerns about the tenderer's financial security, particularly concerning the investment required for the Framework Agreement, the Authority reserves the right to seek further assurances from the tenderer and to remove the tenderer from the competition should the request for assurances not be met. All tenderers are required to agree to complete and return the PCG or bond at Framework Agreement award as a condition precedent to Framework Agreement award. The described ratios will be used to compare finances across the sector as well as to assess the tenderer's financial strength and security; and to determine whether a financial instrument in addition to the PCG/bond may be required by the Authority. A tenderer will be allocated a score of fail if the financial ratios do not show the tenderer to be in a stable and healthy financially secure financial position. A tenderer will be allocated a score of fail if the tenderer does not agree to use the PCG or bond form included in the ITT. Tenderers that do not already have, or cannot commit to obtain, the required levels of insurance may be excluded from further participation in this procurement exercise."
                },
                {
                    "type": "technical",
                    "description": "This section of the Contract Notice only allows a character count for 4,000 characters. All questions are included without full detail and the full question and scoring is detailed in the ITT. (1)The tenderer is required to allow checks by the public body or any competent official body from their country, to be conducted on the production capacities or the technical capacity of the tenderer and/or of the facility which will be used for the Services, and on the quality control measures. (2)The tenderer is required to provide a statement of any regulatory action including notices in respect of legislation and regulations relevant to the Services (including but not limited to DVSA, IMDG, ADR, CDG UK, RID and IATA), as well as environmental and health and safety legislation to which you have been subject in the past five years, including all breaches of licences, and the action taken to resolve the problems highlighted. The statement should provide the date and full details of any relevant regulatory action, including any sanction or penalty imposed. (3)Provide their SEPA (or equivalent) compliance score for facilities that will be used during the Framework Agreement. (4) Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years and provide details? (5)Do you hold the required licenses and permits? (6)The tenderer is required to submit a Declaration of Non-Involvement in Serious Organised Crime. (7)Provide an up-to-date statement of any criminal convictions in the past five years and a statement of any seizure or restriction of your company's vehicles. (8) ESPD: 4C.1.2: Provide 3 examples that demonstrate to the Authority experience that is relevant to this procurement exercise from within the last five years, including technical resources and technical skills (see ITT for full question). (9)State whether you have a quality management policy that is authorised at senior level. (10)Attach your health and safety policy to your tender and describe your organisation's management of health and safety.",
                    "minimum": "This section of the Contract Notice only allows a character count for 4,000 characters. All questions are included but their detail is not included in the Contract Notice and the full question and scoring is detailed in the ITT. All minimum standards are provided in the ITT. (1)Fail if the tenderer does not allow checks. (2)Tenderers will not necessarily be excluded if they have a regulatory record (3) If the tenderer's compliance score is at risk, poor or very poor (or equivalent e.g. C1 or C2), then the tenderer will be eliminated from the competition at this point and the tender will not be further evaluated technically and will not be evaluated commercially (4) The Authority will exclude tenderer(s) that have been in receipt of enforcement/remedial action orders unless the tenderer(s) can demonstrate to the Authority's satisfaction that appropriate remedial action has been taken to prevent future occurrences/ breaches.(5)A response of 'no' will result in a fail. (6)No declaration=fail. (7) A tenderer will receive a score of 'fail' if directors or any other person(s) having powers of representation, decision or control of the organisation, or any member of key staff in the past five years, has a relevant criminal conviction. A tenderer will receive a score of 'fail' if serious vehicle offences have been recorded or if the tenderer does not provide information regarding such action. (8) A tenderer will receive a score of 'fail' if examples are not provided or not all information is provided; or examples are provided but they do not evidence satisfactorily the tenderer's capability or there are no examples showing the successful undertaking of collection, transport, treatment, disposal/remanufacture/reuse/ recovery of Healthcare Waste so that the Contractor can evidence knowledge of the service's risk profile. See ITT for full description(9) 'fail' if their QMS is not authorised by the Chief executive or equivalent. (10) 'fail' if the organisation does not have a suitable as described health and safety policy."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-04-01T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "Characters are restricted. Full justification is included in the ITT. In summary: the Framework Agreement requires considerable investment to establish and maintain the plant, equipment and vehicles which will be needed to provide the services across the whole of Scotland, including islands."
            }
        },
        "classification": {
            "id": "90500000",
            "scheme": "CPV"
        },
        "reviewDetails": "The Authority will notify economic operators who submitted a tender or (where no deselection process has previously been made) applied to be selected to tender, of its decision to award the Framework Agreement which notification will contain, among other information, a summary of the reasons as to why the economic operator was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) if the communication method used is not electronic) between the date on which the Authority despatches the notice(s) and the date on which the Authority proposes to conclude the relevant Framework Agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the Framework Agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the Framework Agreement has been entered into include the setting aside of the decision to award the Framework Agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the Framework Agreement has been entered into will not affect the Framework Agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "A procurement will commence in approximately 9 years, or approximately 11 years if the 2-year extension is used."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 104-237660"
        }
    ],
    "description": "All information required to be in the Contract Notice is included in the procurement documents which are available through the e-sourcing system. Annual value of the Framework Agreement will be between 8m GBP and 12m GBP. The lots will be evaluated in the ratio of 90% lot 1 and 10% lot 2. Example calculations for the technical and commercial evaluations are included in the documents accompanying the ITT. (SC Ref:572982)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000517317"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000517317"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NP805/19-1",
            "title": "Lot 2: Single stream Healthcare Waste Services using Reusable Containers",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "NP805/19-2",
            "title": "Lot 1A: Healthcare Waste Services blended rate",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "NP805/19-3",
            "title": "Lot 1B: Healthcare Waste Services rate per waste stream",
            "suppliers": [
                {
                    "id": "org-291",
                    "name": "Tradebe Healthcare National Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NP805/19-3",
            "awardID": "NP805/19-3",
            "title": "Lot 1B: Healthcare Waste Services rate per waste stream",
            "status": "active",
            "value": {
                "amount": 120000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-31T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "425",
                "measure": "bids",
                "value": 3,
                "relatedLot": "2"
            }
        ]
    }
}