Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework for the Collection, Treatment and Disposal of Clinical (Healthcare) Waste

  • First published: 12 October 2015
  • Last modified: 12 October 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-030448
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
12 October 2015
Deadline date:
12 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework is for the service required by the Authority for the collection, treatment and disposal of clinical (Healthcare) waste from domiciliary premises in Carmarthenshire, hereafter referred to as Healthcare Waste. Infant and baby nappy collections may be introduced during the period of the contract. Any other council owned or run establishments can also take advantage of this contract. Other Carmarthenshire County Council establishments may include, but are not limited to Education, Corporate Property and the Department for Communities. Please note that this is a single supplier framework arrangement, specific quantities, or guarantees as to expenditure, cannot be given. The Framework Agreement is a non contractual arrangement whereby the Nominated Supplier offers the supply of services at an agreed price for the offer period subject to variations but a contractual relationship between the Nominated Supplier and the Purchaser(s) does not become effective until the Purchaser(s) places an order with the Nominated Supplier for the supply of service. This framework agreement will not be for any fixed quantity but only for such quantities as the Purchaser(s) may order from time to time. The Contract shall be for 3 years (with the possibility of an extension for a further period of up to 1 year depending on available budget, satisfactory performance etc and subject to agreement by all parties). TUPE INFORMATION: It has been confirmed by the current provider of this service that there are TUPE [Collective Redundancies and Transfer of Undertakings (protection of Employment) (Amendment) Regulations 2014) implications attached to this contract. Basic employee information has been provided by the existing Service Provider and this can be found in the Invitation to Tender documentation. This information was confirmed as correct at the time of inviting companies to tender. Tenderers are advised that this may change during the process. Tenderers are asked to complete a Confidentiality Undertaking which is located in the Invitation to Tender document and return by the submission return date. CPV: 90500000, 85142300, 90524100, 90524200.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Carmarthenshire County Council

County Hall,

Carmarthen

SA31 1JP

UK

Environment

Diane Thomas

+44 1267234567



www.carmarthenshire.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0281

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Unchecked box
Checked box
Unchecked box
Checked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Framework for the Collection, Treatment and Disposal of Clinical (Healthcare) Waste

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

16

II.1.2)

Main site or location of works, place of delivery or performance

Carmarthenshire



UKL14

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

3

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

840000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This framework is for the service required by the Authority for the collection, treatment and disposal of clinical (Healthcare) waste from domiciliary premises in Carmarthenshire, hereafter referred to as Healthcare Waste. Infant and baby nappy collections may be introduced during the period of the contract. Any other council owned or run establishments can also take advantage of this contract. Other Carmarthenshire County Council establishments may include, but are not limited to Education, Corporate Property and the Department for Communities.

Please note that this is a single supplier framework arrangement, specific quantities, or guarantees as to expenditure, cannot be given. The Framework Agreement is a non contractual arrangement whereby the Nominated Supplier offers the supply of services at an agreed price for the offer period subject to variations but a contractual relationship between the Nominated Supplier and the Purchaser(s) does not become effective until the Purchaser(s) places an order with the Nominated Supplier for the supply of service. This framework agreement will not be for any fixed quantity but only for such quantities as the Purchaser(s) may order from time to time.

The Contract shall be for 3 years (with the possibility of an extension for a further period of up to 1 year depending on available budget, satisfactory performance etc and subject to agreement by all parties).

TUPE INFORMATION:

It has been confirmed by the current provider of this service that there are TUPE [Collective Redundancies and Transfer of Undertakings (protection of Employment) (Amendment) Regulations 2014) implications attached to this contract.

Basic employee information has been provided by the existing Service Provider and this can be found in the Invitation to Tender documentation. This information was confirmed as correct at the time of inviting companies to tender. Tenderers are advised that this may change during the process.

Tenderers are asked to complete a Confidentiality Undertaking which is located in the Invitation to Tender document and return by the submission return date.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=30448

II.1.6)

Common Procurement Vocabulary (CPV)

90500000
85142300
90524100
90524200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

As detailed in the eTender documentation

II.2.2)

Options

The framework shall be for 3 years (with the possibility of an extension for further period of up to 1 year depending on available budget, satisfactory performance etc and subject to agreement by all parties).

There may be a need during the course of the contract, for the Authority to instigate a nappy collection and treatment services to its residents. Discussions will be intiated with the successful contractor to ensure that they can deal with and maintain any increase in material input and meet the targets set for hygiene waste before any scheme is implemented. The Authority cannot give a gurantee that this option will be taken up during the life of the framework.

Any other council owned or run premises can also take advantage of this contract, but the material will not fall within the scope of municipal waste and thereby not count towards Welsh Government recycling targets. Other users may include, Education, Corporate Property and Social Care and Housing day centres and care homes.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As detailed in the tender documentation.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

In the event of a group of suppliers winning the contract the council will require each supplier in the group to become joint or severally responsible before acceptance.

III.1.4)

Other particular conditions to which the performance of the contract is subject

A minimum recycling/composting rate of 35% shall be achieved and all resultant products that count towards the local authority recycling targerts (LARTs) must meet end of waste criteria or quality protocols set out in the Waste (Wales) Measure 2010 and The Recycling, Preparation for Re-use and Composting Targets (Definitions) (Wales) Order 2011. Carmarthenshire County Council is fully committed to achieving the Welsh Government’s Statutory Recycling Targets and expects Contractors to find markets, where ever possible, for treated waste streams.

The Contractor shall ensure that the recycling and or composting targets increase on an annual basis to a minimum of 50% by the end of Year 2 of the contract. The contract can be terminated after three failures to maintain these recycling levels in a 12 month period.

Higher recycling and/or composting rates that contribute to Local Authority Recycling Targets (LARTs) shall receive additional monthly initiative payments at the following rates:

55%-65% = GBP200 additional to fixed price

65%–70% = GBP400 additional to fixed price

> 70% = GBP600 additional to fixed price

These payments shall only be made if the contractor maintains the required recycling rate for the whole of the relevant month period.

The Contractor must provide evidence compliant with the criteria for reporting on Waste Data Flow for any material to be classed as recycled and be included for the Recycling Initiative payment

Waste that does not meet the recycling compliance criteria, will not be included in any recycling initiative payment.

The Contractor and the Authority shall, meet initially quarterly and thereafter every 6 months until the contract ceases to review the work being carried out under the terms of the Contract.

An annual review shall take place on the anniversary of contract award.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial capacity


Candidates will be required to provide evidence as specified in Article 58 (3)

http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from=EN




III.2.3)

Technical capacity


Candidates will be required to provide evidence as specified in Article 58 (4)

http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from=EN




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 12-11-2015  14:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

3 

IV.3.8)

Conditions for opening tenders



 13-11-2015  09:00
Carmarthenshire County Council

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


During year four of the framework.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

To assist you in locating these opportunities on the BRAVO E Procurement System the project code is: project_30786

As this is an Open procedure, Tenderers must ensure that all ITT questions are fully responded to. The following ITT Project codes may further assist you in locating the opportunities:

ITT Code: itt_48883

Please also ensure you check the Attachments area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the tender pack.

Suppliers Instructions How to express interest in this Tender:

1. Register your company on the etenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the "Suppliers register here" link

- Enter your correct business and user details

- Note the username you chose and click "Save" when complete

- You will shortly receive an email with your unique password (please keep this secure)

- Agree to the terms and conditions and click "continue"

2. Express an Interest in the Project

- Login to the portal with the username/password

- Click the "ITTs Open to All Suppliers" link. (These are Invitation to Tender Documents open to any registered supplier)

- Click on the relevant ITT to access the content.

- Click the "Express Interest" button at the top of the screen

- This will move the ITT into your "My ITTs" page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access any attachments by clicking the ''''Buyer Attachments" on the left hand side of the screen

3. Responding to the tender

- At the top of the screen you can choose to Create Response or Decline to Respond (please give a reason if declining)

- You can now use the Messages function on to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the ITT

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon - Fri (8am - 6pm) on:

- email: help@bravosolution.co.uk

- Phone: 0800 368 4850/ Fax: 020 7080 0480

Tenders or Requests to Participate must be sent to:

Official name:

www.etenderwales.bravosolution.co.uk

Postal Address:

Carmarthenshire County Council will be conducting this procurement exercise through the Value Wales e-Tendering portal. This can be found at www.etenderwales.bravosolution.co.uk , all information may be downloaded and returned though this channel.

(WA Ref:30448)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The Authority endeavours to achieve sustainable development outcomes from all its activities and is committed to contributing to the social, economic and environmental well-being of the wider community in all procurement activity. Accordingly, the successful contractor will be required to consider opportunities to achieve community benefits through the delivery of this contract e.g. recruit and train unemployed persons as part of the workforce delivering this contract; work with local schools and colleges for work placements; engage with local communities; etc. Further detail is included in the Tender Documents.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 12-10-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Environment

Diane Thomas

+44 1267234567


www.carmarthenshire.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK


+44 1267234567


www.carmarthenshire.gov.uk

Coding

Commodity categories

ID Title Parent category
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
85142300 Hygiene services Paramedical services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.