DP 5
DP 5
Further to your Freedom of Information Act request, please find the Trust’s
response(s) below:
I would be most grateful if you would provide me, under the Freedom of Information
Act, details in respect to the Clinical Waste Contract/s that your trust currently has in
place.
2. Actual spend on this contract/framework (and any sub lots), from the start of
the contract to the current date
Answer: This information is commercially sensitive and its release would, or would
be likely to prejudice the commercial interests of the Trust.
In applying the exemption under Section 43(2) the Freedom of Information Act the
Trust has balanced the public interest in withholding the information against the
public interest in disclosure. The Trust has considered all the relevant factors in the
public interest test and concluded that the benefit to the public in applying the
exemption outweighs the public interest in releasing the information requested as
a result of the prejudices and losses that would potentially affect the Trust and
patients. As such this information is being withheld under Section 43 (2).
Northern Services:
01.07.2018 for initial period of 3 years with 2-year extension option.
Page 1 of 2
5. Is there an extension clause in the framework(s)/contract(s) and, if so, the
duration of the extension?
Answer: Eastern Services: Yes - Contracts are let on a +1 +1 standard by default.
Northern Services: Extension period of 2 years (1+1) stated in the original
contract.
8. Who is the Infection Control Lead responsible for the Trust + contact
information?
Answer: Carolyn Mills - Director of Infection Control.
9. Who is the Procurement Lead for Clinical Waste contracts for the Trust +
contact information
Answer: John Malloch, Head of Procurement.
11. Who is the Waste management Lead for the trust + contact information
Answer: Zahara Hyde - Director of Estates & Facilities.
12. Who is the Health and Safety lead for the Trust + contact information
Answer: Graham Armstrong - Head of Health and Safety.
14. Does the Trust make use of reusable or disposable sharps containers?
Answer: Disposal sharps containers, but trials in progress to potentially have
reusable in some areas.
Northern Services: Yes.
Page 2 of 2
DOCUMENT 4: CONTRACT SPECIFICATION
TENDER FOR THE SUPPLY OF DOMESTIC WASTE MANAGEMENT SERVICES TO
ROYAL DEVON AND EXETER HOSPITAL FOUNDATION TRUST
Contract Period: Insert dates that contract is applicable i.e. 5 Years: 31 November
2014 – 30 November 2019
NOTE: Where a section heading is marked with a *, Tenderers are required to provide either
a written statement/outline or further information/evidence within their tender proposal
document.
Part D of the Contract Specification provides a full outline of information that must be
provided by Tenderers within their tender proposal if they wish to be considered for this
contract.
1. INTRODUCTION*
1.1 This contract will be for a General Waste Management Service for
the Royal Devon and Exeter Foundation Trust (hereafter referred
to as either RDEFT, the Trust or Trust)
1.3 The contract will monitor all waste processed under the contract
from collection to final disposal.
1.10 The tender will be costed on the basis of waste being collected in
a decant bin or a skip exchange arrangement according to the
collection schedule listed in Part C of this specification. It is
expected that charges will be based on kilograms of waste
removed wherever possible.
1.13 All Tenderers will be invited to visit all of the Trust’s sites
applicable to this contract, during the tendering process.
2.2 This contract is for the provision of a Waste recycling service. The Contractor(s) will
manage, in the manner described in 2.3, the following waste streams from the start of
the contract: referenced in “storage of domestic waste”, ensure numbers are correct
2.3 With regards to the waste streams listed above, the Contractor(s) will:
2.3.1 Collect the waste streams at designated areas on the Trust’s sites
2.3.2 Ensure the waste streams have been and are kept segregated
2.3.6 Provide reports detailing the weight of waste sent out by the RD&E and
the disposal method used. The minimum information required being as
per Section 39
2.3.7 Fulfil the above requirements from the start of the contract
2.4 It is the aim of the Trust to offer the Contractor the chance to
‘phase in’ remaining waste streams to this contract, during the life
span of the agreement. This would be subject to the performance
of the Contractor(s) in managing the waste streams indicated
above and the Trust agreeing to the methods and costs by which
the Contractor proposes to manage the extra waste streams. The
Trust reserves the right to offer remaining waste streams on a
competitive tender basis.
2.5.1 Training and information for key/frontline staff in best practice waste
management principals
2.5.2 Maximising adherence to the Waste Hierarchy, through:
2.5.3 Effective segregation of waste
2.5.4 Improving segregation of non-healthcare waste incorrectly disposed of in
healthcare waste receptacles
2.5.5 Introducing sustainable systems to minimise waste
2.5.6 Deliver sustainable recycling/reuse opportunities
2.5.7 Improvement in waste management/minimisation across the Trust to
reach NHS targets during the course of the contract
3. CONTRACT PERIOD
3.1 The contract period will be initially for five years commencing
31/11/14 until 30/03/19.
Contract Specification – 26/10/12
4.3 Contract price reviews will take place on an annual basis between
the Trust and the Contractor(s). The Contractor(s) must notify the
Trust in writing three months prior to the proposed price alteration
of their intention to modify prices.
4.5 No contract price increase shall come into effect without the
written agreement of the Trust.
4.6 Following any contract price review agreed between the Trust and
the Contractor(s) will remain firm for at least 12 months from the
date that the price review came into effect.
5. REFERENCES*
5.1 Tenderers are required to provide the names, addresses and
contact details of at least three references from business which
produce a similar volume of waste production as the RD&E and
preferably within a close proximity of the Trust. At least one NHS
reference is desirable.
7. SUPPLIER(S) CONTACTS*
7.1 Tenderers must provide the following contact details of the person
who is the lead officer in preparing the written tender
proposal/offer for their company:
Nominated Contact,
Job Title,
Address,
Mobile/Telephone Number,
E Mail
7.2 Tenderers must provide the following contact details of the person
who will manage this contract:
Nominated Contact,
Job Title,
Address,
Mobile/Telephone Number,
E Mail
NAME REDACTED
Interim Head of Non Clinical Services
Contract Specification – 26/10/12
Telephone: xxxxxxxxxxxx
E-mail: EMAIL REDACTED
NAME REDACTED
Energy and Sustainability Manager
Royal Devon & Exeter NHS Foundation Trust
Barrack Road
EXETER,
Devon EX2 5DW
Telephone: xxxxxxxxxxxxx
E-mail: EMAIL REDACTED
NAME REDACTED
Facilities Service Manager
Royal Devon & Exeter NHS Foundation Trust
Barrack Road
EXETER,
Devon EX2 5DW
Telephone: xxxxxxxxxx
E-mail: EMAIL REDACTED
NAME REDACTED
Waste Manager
9.2 The Contractor(s) will be required to comply with all current and future legislation, regulations and guidelines during
the term of the contract. The Trust recognises that legislative and regulative compliance from Contractor(s) does not
absolve the Trust from their own specific responsibility to comply with legislation and regulations. The Trust will
require the appointed Contractor(s) to ensure that it notifies and advises the Trust to all relevant current/future
legislation, regulation and guidelines in order to ensure that the Trust meets its Duty of Care as stipulated in the
Environmental Protection Act 1990, as amended.
9.3 Tenderers must provide a written statement of conformity within their tender proposal on how they comply with
current waste regulations/guidance.
9.4 The following regulations are due for revision and amending during the term of the contract – Tenderers are
requested to provide a written statement within their tender proposal on how these changes may affect their ability to
operate the contract or if there will be an impact on costs provided within their tender submission in future:
9.4.7 Packaging Waste Recovery under the Producer Responsibility Obligations Packaging Waste Regulations 1997 as amended
in SI 1361 & SI 3447 1999.
9.4.8 Waste Incinerator Directive – Directive 2000/76/66 Incineration of Waste
9.5 The Contractor(s) will be required prepare and present proposals to the Trust to encompass new legislation,
regulation and best practice as and when enacted.
9.6 If any statutory requirements or regulations are found to be contravened by the Contractor(s) or any sub-contractor
working on his behalf, the Trust will reserve the right to terminate the contract in accordance with NHS Conditions of
Contract for the Supply of Services for any material breach.
9.7 Tenderers must provide details of any trade bodies/associations they are accredited to or members of (Sanitary
Medical Disposal Services Association, Chartered Institute of Waste Management, Environmental Services
Association etc).
10. LICENCES*
10.1 The Tenderers must submit to the Trust copies of all certificates and licences, as relevant to the contract tendered
for, in particular:
10.2 Tenderers must provide full details of the primary treatment site(s) (including location, capacity, permits etc) that are
proposed to service the Trust contract.
10.3 Full details of all backup treatment/disposal sites or facilities to be used by the tenderer in the event of a primary site
being unavailable.
10.4 The Contractor(s) shall ensure that waste must be treated by methodologies that are authorised by the Environment
Agency and/or local authority. Treatment processes operating without appropriate authorisation must not be used.
10.5 The Contractor(s) shall immediately advise the Trust of any suspension, withdrawal or refusal to renew any licence,
certificate or permissions applicable to carrying out the requirements of this contract during the term of the contract.
10.7 The Trust will require sight of the original licences and other relevant documents on a regular basis and will reserve
the right to inspect any transit station and disposal facilities at any reasonable time, as implied under the Code of
Practice ‘Waste Management the Duty of Care’.
10.8 Tenderers are advised that the Trust will not award any part of the contract to a Contractor(s) or Sub-Contractor(s)
who are unable to provide formal evidence of any of the required licences necessary to operate this contract within
their tender proposal.
11.1.1 Visit the sites, prior to tendering in order to establish the suitability of their proposed arrangements for the removal of waste.
11.1.2 Provide comprehensive written documentation relating to all aspects of the contract.
11.1.3 Provide a fully detailed audit trail relating to the collection of all waste streams - including appropriate method statements
where significant risk is identified.
11.1.4 Provide details of weighbridge facilities and waste tracking processes.
11.1.5 Produce a complete procedure, which covers all the requirements of the Environmental Protection Act 1990, as amended,
the Environmental Protection (Duty of Care) Regulations 1991, as amended, including Code of Practice on Duty of Care,
COSHH and the requirements of the Health and Safety at Work Act. This must include formal Risk Assessment
documentation.
11.2 Tenderers are requested to provide a ‘Duty of Care’ report for any organisation that they propose to use during the
execution of this contract either frequently or on a contingency basis. Reports provided must be no older than 12
months old.
11.3 Adherence to Duty of Care principles will be a continuing process throughout the duration of the contract. Tenderers
are required to amend this procedure and their reporting requirements in line with any regulatory or statutory
guidance changes as applicable thorough the life of the contract.
11.4 The Contractor(s) will be responsible for ensuring that the Trust sites are registered as Hazardous Waste Producers
with the Environment Agency and that any necessary Exemptions or Permits required for carrying out waste
operations on Trust sites are held by the Trust and that the stipulations of the Exemptions, Registrations or Permits
are adhered to.
12.2 Any changes in waste streams and potential cost implications will be negotiated between the Contractor(s) and the
Trust.
12.3 Tenderers are required to provide pricing for each of the separate groups of waste, which are included within the
contract specification. All costs and prices must be included within the Document 5: Offer Schedule attached with
this contract specification.
12.5 If Tenderers do not intend to manage individual waste streams covered within the contract specification either by
their company or via sub-contracted/third party arrangements, then this should be clearly stated in writing via their
tender proposal.
13.2 Specific categories of Domestic and General waste included within this contract include:
13.3 Subject to revised legislation and regulations, these categories are subject to alteration during the course of the
contract.
13.4 Tenderers are invited to confirm whether they can take food waste, and to provide costing and disposal methods.
13.5 The list provided is an indication and not an exhaustive list. This list may be modified to meet the needs of the Trust.
14.2 The Contractor(s) will not provide any waste containers/receptacles or other waste management storage
vessels/vehicles/hopper etc which could compromise adherence to this colour coding system. For example: it would
be unacceptable to provide Domestic Waste bins which were orange in colour
14.3 All healthcare waste bags / containers are sealed with a numbered tag or label for identification purposes or stored in
a uniquely identifiable container for audit purposes.
15.2 The containers, subject to the approval of the Trust’s authorised officer(s), shall minimise the handling of waste and
be compatible with both the Trust’s and the Contractor’s transportation systems. Tenderers shall fully describe, at
the time of tendering, the type, size and estimated number of containers to be provided on site(s) to store waste
awaiting collection.
15.3 The contractor will provide the RD&E with either: replacement clean bins or bin cleaning services on request
15.4 Containers that become unsuitable for continued use through wear, vandalism, loss or any other reason shall be
replaced as necessary at the Contractor’s expense.
15.5 The containers will remain the property of and be maintained by the Contractor(s) throughout the contract.
15.7 The containers must be promptly removed from the hospital site on the expiry or termination of the contract.
15.8 The Contractor(s) shall ensure that there are the agreed number of containers at all times, to meet the requirements
of the collection of domestic/general waste across the Trust during the length of the contract.
15.9 The Contractor(s) must provide evidence that significant extra storage/treatment capacity should be available in the
event of a Major Incident.
16.3 Details of existing waste holding/storage equipment either owned or leased by the Trust are listed in Part C of the
contract specification.
16.4 The Trust encourages tenderers to provide any suggestions to improve the service schedules or the use of
alternative waste holding/storage and treatment equipment. Proposals should be outlined in writing within the tender
proposal and any associated costs should be included in Document 5: Offer Schedule (Additional Costs). The Trust
is willing to consider new infrastructure arrangements if they are shown to be beneficial to the long term success of
the Trust’s waste management system.
17.2 The period of notice for variations will be subject to individual service criteria.
17.3 A mechanism for agreeing variations will be agreed between the Trust and the Contractor(s) prior to the contract
award. Tenderers are required to provide a proposed mechanism for agreeing variations as part of their submission
for the Trust to consider.
18.2 Please see Part C for maps showing details of waste generation points, collection points and any proposed areas for
development into new, purpose built, waste collection areas.
18.3 See Part C for a schedule of available site access times, current bins and waste containers used by the Trust, and
the method by which they are transported to the collection points (if required). Tenderers are encouraged to propose
alternative methods where they believe it provides a superior result.
18.4 A schedule of agreed service points and service frequencies will be established between the Contractor(s) and the
Trust. Bins, storage or containers must be cleared by the Contractor(s) as per the agreed schedule on each
collection.
18.5 The Tenderer shall identify a sufficient number of containers to be supplied, to be agreed with the Trust prior to the
commencement of the contract.
18.6 It is the Trust’s responsibility to ensure access to site(s) is maintained in accordance with the agreed service
schedule.
19.1.1 The Contractor(s) shall collect or decant used containers and replace them with empty containers as per the agreed
schedule.
19.1.2 A schedule or systems for ensuring bins are maintained to a sufficient cleansing/hygiene standard will be established and
agreed between the Trust and the Contractor(s). The Trust reserves the right to accept or reject proposals provided by
tenderers.
19.1.3 The Contractor(s) must ensure that all replacement empty containers are functional as per relevant legislation prior to their
return to the site.
19.1.4 Emptied or exchanged bins are to be returned to the designated storage area.
19.1.5 The Tenderer shall identify a sufficient number of containers to be supplied, to be agreed with the Trust prior to the
commencement of the contract.
19.1.6 If the Contractor(s) is unable to service a site as per the agreed schedule then the nominated Trust representative must be
notified immediately.
20.2 All Hazardous waste collected will be covered by a Hazardous Waste Consignment Note and in accordance with the
Environmental Protection Act 1990 and the Hazardous Waste (England and Wales) Regulations 2005. Details of
20.3 The weight of each consignment must be established by the use of a weighbridge or other approved and calibrated
weighing method which is weights and measures endorsed by HM Customs and Excise.
20.5 Contractor(s) will ensure that the quantities of each waste stream, waste fraction or resource (where the
Contractor(s) have converted a waste to a useable resource or material no longer classified as a waste) consigned or
sent off site by the Contractor(s) can be reported to each Trust on a monthly basis.
21.2 Tenderers must provide details within their written proposal details of how they propose to transport waste from
collection points to waste treatment facilities and if applicable how treated waste is transported to final disposal sites.
21.3 All vehicles used for providing the services are to be roadworthy and compliant with all legislation and regulations.
21.4 Vehicles must be maintained to a high standard of reliability and roadworthiness and will be subject to inspection at
any reasonable time and may (but not unreasonably or vexatiously) instruct the Contractor(s) not to use the said
vehicles in the provision of the services. Each vehicle used must conform to the relevant legislation and regulations
applicable to that vehicle .
21.6 The interior and exterior of all vehicles must be kept clean and tidy.
21.7 The Contractor(s) will be required to demonstrate that they can provide adequate cover for the non-availability of
vehicles for any reason.
21.8 The vehicles shall at all times, at the expense of the Contractor(s), be appropriately licensed and insured.
21.9 The Contractor(s) shall provide evidence of insurance and breakdown cover for all vehicles. Evidence of insurance
and breakdown cover provision will be required to be produced to the Trust representative(s) upon request.
21.10 The Contractor(s) shall provide evidence of current registration by the appropriate authority, as a waste carrier for the
transportation and disposal of all of the waste streams covered by this contract.
21.11 Tenderers shall provide details of their company’s Dangerous Goods Safety Advisor (DGSA) including evidence of
qualifications, certification and technical competence together with a copy of there most recent Dangerous Goods
Safety Advisor Report within their tender submission.
21.12 Contractor(s) will provide the Trust representative(s) with a copy of the Dangerous Goods Safety Advisor report on
an annual basis.
21.13 The Contractor(s) shall ensure that the necessary Transport Documentation required to support the carriage of any
waste(s) in their vehicles is completed in order to ensure that the Trust does not in breach Duty of Care regulations,
in addition to this any other special requirements relating to healthcare and hazardous waste must be adhered to.
22.2 The Contractor(s) will ensure vehicles used to collect waste/serve this contract will avoid the blocking/disruption to
vehicles or public access to any site.
23.2 Tenderers must provide copies of licences/permits of any disposal/treatment sites that are proposed for use to
service this contract – as stipulated in Section 11 (Licences) of the contract specification.
23.3 The Trust reserves the right to visit the specified site(s) in accordance with its “Duty of Care” responsibilities under
the Environmental Protection Act 1990.
23.4 Tenderers must advise the Trust of the full names and address(s) of the proposed waste disposal site(s)/facilities(s)
and / or transfer station(s) in writing within their written tender proposal.
23.5 In the event that the Contractor(s) wishes to utilise alternative site(s)/facilities(s) the Trust must be notified in writing.
Prior notification must be received at least one month before the alternative site/facility is utilised. If the change in site
is due to an emergency then the Trust must be notified of the change of site immediately and also as to the nature of
the emergency.
23.7 If the Contractor(s) contingency plans are reviewed/updated during the course of the contract, written confirmation
must be provided to the Trust.
23.8 Tenderers shall provide written confirmation that any designated waste disposal plant/facility or standby facilities
named within their tender proposal are permitted/authorised by the Environment Agency/Local Authority to receive
the waste streams produced by the Trust.
24.2 With regard to the above, it is expected that the Tenderers will provide within their tender proposals a description of
how they will assist the RD&E in increasing recycling and waste minimisation. A key aim for the successful
Contractor(s) will be their ability to develop existing recycling activity as well as proposals to increase the recycling
activity in all waste streams.
24.3 The transportation of un-segregated waste directly to landfill or other immediate disposal is deemed unacceptable to
the Trust.
24.4 There is an expectation that the Contractor(s) will attempt to recover as much as is possible either through source
segregation. Where source segregation is not viable, a Materials Reclamation Facility route or alternative procedures
are expected. A clear description of what method the Contractor will use to maximise recovery of materials for
recycling or reuse is to be provided.
24.6 The Trust reserves the right to make unannounced visits to the specified site(s) in accordance with its “Duty of Care”
responsibilities under the Environmental Protection Act 1990.
24.7 In the event that the Contractor(s) wishes to utilise alternative site(s)/facilities(s) the Trust must be notified in writing.
Prior notification must be received at least one month before the alternative site/facility is utilised. If the change in site
is due to an emergency then the Trust must be notified of the change of site immediately and also as to the nature of
the emergency.
24.8 The RDEFT Wonford site has residential flats available to staff. These are currently serviced by Exeter City Council
as the residents pay council tax. The flats produce domestic waste, dry mixed recycling and glass waste streams.
There may be an opportunity to divert domestic and recycling from these flats into the remit of this tender. The Trust
will only consider this option if it adds value to the Trust’s waste management system, does not have a negative
economic impact and does not cause legal issues with Exeter City Councils collection. Details of this waste stream
are provided in Part C. The Trust reserves the right to refuse or accept all or part of the proposal.
25.2 Written proposals for additional equipment should include the following information:
25.3 Tenderers must provide full cost details of any costs for additional equipment within Document 5: Offer Schedule
(Additional Costs).
26.2 A major incident (an event resulting in significantly increased levels of Hospital activity due to public health disasters
or other Force Majeure events out of the Trust’s control) should be considered in the tender offering. The
Contractor(s) should provide evidence that they are capable of providing a service robust and flexible enough to deal
with the unique demands that could be placed on a Hospital at any time.
26.3 The Trust in conjunction with emergency services and the Environment Agency will advise the Contractor(s) of the
nature of any excess waste created.
26.5 The healthcare sector is subject to seasonal fluctuations in demand and therefore fluctuations in waste production.
The contractor will be expected to cope with these fluctuations with increases or decreases in service as required.
See part C for monthly waste production figures.
27. SUB-CONTRACTING*
27.1 Tenderers shall indicate within their tender proposal aspects of the contract they would intend to sub-contract and/or
employ a third party to fulfil the service(s) specified within the contract specification.
27.2 Tenderers shall provide name(s), addresses(s) and contact details of proposed sub-contacted suppliers and/or third
parties to be employed within the contract in their tender proposal together with all relevant licences and
requirements as detailed in Section 11.
27.3 The Contractor(s) shall not sub-contract the collection, transportation or disposal of waste with out the prior consent
in writing of the Trust.
27.4 Where sub-contracting arrangements do exist, the Contractor(s) shall arrange for all invoices to be co-ordinated with
the Trust receiving one consolidated monthly invoice.
27.5 Any associated administration charges for the management of third-parties and/or sub-contracted services (including
the consolidation of collections, invoicing arrangements etc) must be indicated in Document 5: Offer Schedule in the
(Additional Costs).
28.2 The Contract Implementation Action Plan will outline the following:
28.3 Tenderers are at liberty to nominate a revised collection frequency. Proposals will be agreed in with the RD&E prior
to the contract commencing, the RD&E reserves the right to refuse proposals.
28.4 The Contractor(s) is at liberty to nominate a revised collection frequency during the course of the contract. Proposals
will not adversely affect the overall cost of the contract and must be provided in writing to the Trust a month before
the proposal is due to commence. The Trust reserves the right to reject requests to alter collection frequencies.
28.5 The Implementation Plan provided by Tenderers is subject to alteration and agreement between the successful
Contractor(s) and the Trust.
29.2 Tenderers must provide a method statement for dealing with any spillage, burstage or accident within their proposal.
29.3 Costs arising to clear spillages, burstages or accidents that occur shall be included within the Document 5: Offer
Schedule (Additional Costs).
29.4 Costs associated with clearing spillages, burstages or accidents where the Contractor(s) has been at fault, must be
met by the Contractor(s).
30.2 The Contractor(s) attention is drawn in particular to Part III of the Control of Pollution Act 1974, Part III of the
Environmental Protection Act 1990 and any Regulation made or Codes of Practice approved there under.
30.3 The Contractor(s) is to note that they will be working in a hospital environment. All noise levels are to be kept down
to a minimum.
31.2 Staff appointed by the Contractor(s) and / or sub-contractor(s) and / or temporary staff must be aware of all relevant
rules and procedures concerning Health and Safety at Work and the recording of all accidents and untoward
occurrences involving waste disposal procedures from the Trust sites.
31.3 Reportable incidences (i.e. RIDDOR) whilst undertaking work on behalf of the Trust, must be reported on the
appropriate Accident/Incident Form and copies forwarded to the authorised officer(s) for the Trust.
31.4 The Contractor(s)’s staff shall be required to carry and display a form of identification for any period during which
they are working on the Trust premises.
31.5 The Contractor(s) shall provide suitable uniforms for their staff at all times while on the Trust premises and ensure
that staff are dressed in appropriate protective uniforms/work wear.
31.6 The Trust expects the highest standards of personal hygiene, courtesy and consideration from all of the
Contractor(s)/sub-contractor(s) staff at all times.
31.7 The Contractor(s) shall prohibit their staff from smoking on Trust property.
31.8 The Contractor(s) shall ensure that mobile phones and radio devices will not be used within Trust properties without
first securing the permission of the relevant trust representative(s).
31.9 The Trust reserves the right to request the removal of staff who fail to carry out the service to the standards required
by the Trust as outlined within the contract specification.
31.10 The Contractor(s) shall fulfil the requirements of the contract with a minimum of disruption. Specific attention should
be drawn to the following:
31.11 The Contractor(s) shall be liable for both authorised and unauthorised acts of its employees whilst carrying out their
duties in line with the contract specification whilst they are on the Trust premises.
31.12.1 Every person newly recruited to be employed by the Contractor(s) and / or sub-contractor(s) in and about the provision of
the services shall, at the Contractor(s)’s expense, at the commencement of the contract period or that person’s employment
(whichever shall be the latter) be medically screened. A copy of which shall be made available to the Trust’s Occupational
Health Service.
31.12.2 Any employee shall be excluded from the site when suffering from any infectious or communicable disease.
31.13 In the event of Contractor’s staff who have, or who may have, access to the Trust sites during the course of the
Contract being criminally prosecuted for a serious offence (as defined in the Police and Criminal Evidence Act 1984),
the Contractor(s) must immediately supply the authorised officer with a full report of the circumstances and,
ultimately, of the outcome of any judicial procedures.
33.2 Tenderers must provide a written outline of how they propose to monitor, trace and audit the contract during the life
of the agreement within their tender proposal.
33.3 The Trust, in accordance with its Duty of Care principles will agree a formal monitoring system with the Contractor(s),
to commence at the start of the contract and be based on a continuous assessment process throughout the life of the
contract.
33.4 The Trust, reserves the right to inspect with or without prior notice, all records relating to the performance of the
contract.
33.5 The Trust reserves the right to visit any specified holding / waste disposal site (s) with or without prior notice during
the contract period.
33.6 A contract review meeting will be held on a monthly basis between the Contractor(s) and the Trust representatives.
As the contract progresses then these meetings may be reduced to a less frequent level but may also be increased
as necessary. The Trust reserves the right to arrange review meetings as deemed necessary.
34.2 All invoices must quote the current price per tonne/unit, or unit cost, for the collection and relevant Waste Transfer
Notes / Consignment Notes and any other paperwork/administration charges
34.3 Where sub-contracting arrangements do exist, the Contractor(s) shall arrange for all invoices to be co-ordinated with
the Trust receiving one consolidated monthly invoice with the information listed in 36.1.1-36.1.8 provided as
supporting information.
34.5 A schedule of costs for bin cleaning should be provided as part of the tender offer.
34.6 The Contractor(s) must have in place a fully auditable identification and tracking system from point of collection to
disposal of all waste stream
35.2 Tenderers shall provide details of the quality assurance system and/or accreditations (including copies of certificated
evidence) operated by their company, which are applicable to this contract.
35.3 Tenderers shall provide details of the quality assurance system and/or accreditations (including copies of certified
evidence) for the proposed sub-contractors who form part of the tenderers offer to deliver this contract.
35.4 Tenderers shall provide details of any environmental policies and/or accreditations (including copies of certificated
evidence) developed/received by their company, which are applicable to this contract.
35.5 Tenderers shall provide details of the environmental policies and/or accreditations (including copies of certified
evidence) for the proposed sub-contractors who form part of the tenderers offer to deliver this contract.
37.2 In the absence of the Contract Manager the contractor(s) will notify the authorised officer, in writing, of a named
representative who is nominated to deputise, together will their current qualifications and experience.
37.3 The Contractor(s) will be required to nominate a competent person(s) who can be contacted during operational
hours.
37.4 The Contractor(s) will be required to nominate a competent person(s) who can be contacted in the event of an
emergency. An out of office out of hours phone number will be required.
37.5 The Trust will supply the Contractor(s) with similar out of hours contact names for each of the sites included within
the contract.
38.2 Tenderers are required to include within their tender submission a written proposal on how they would seek to reduce the
amount of waste taken to landfill.
38.4 Costs associated with the development/inclusion of these services should be included in the Other Costs section of
Document 5: Offer Schedule (Additional Costs).
38.5 Offensive Waste stream (list of waste regulations code: 18.01.04.) This waste stream is currently managed by a specialist
Healthcare Waste Contractor. Two years into the life of the Contract the Clinical Waste Contract comes up for renewal.
The Trust will be seeking the best option for disposing of this waste stream. Tenderers are encouraged to provide details
of how they could manage this non-hazardous Healthcare waste in a cost effective manner and if they would take the
opportunity to do so.
38.6 Carbon Management. The Trust has been mandated to reduce its carbon emissions and to this end is working to improve
carbon reporting methods. Tenderers are encouraged to provide information on how they could assist the Trust in both
reporting carbon and setting carbon reduction targets for waste derived carbon dioxide equivalent.
38.7 Tenderers are encouraged to provide information stating how they would support the Trust in achieving carbon reduction
targets relating to waste management.
38.8 The Trust reserves the right to accept or reject any proposed innovations/additional services prior to acceptance of an
offer.
39. COMPLAINTS
39.1 The Contractor shall respond to any complaint, verbal or otherwise, and in connections with the provision of these
services, within 48 hours of receipt. Failure to do so may result in a breach of the contractual obligation between the two
organisations.
39.2 Tenderers are to provide details of their escalation procedure with their tender submission
• Accurate weights for all materials recovered, recycled, disposed to landfill etc
• Recycling rates of materials recycled, for example through a Materials Recovery Facility (MRF) or through composting
As well as these basic monitoring and report requirements, the RD& E will work with its contractors with a view to developing a
more granular reporting system. This may include:
• Data reports on the quantity and percentage of materials being recycled and/or recovered
• Online access and archiving of legal documentation, including Waste Transfer Notes, Consignment Notes, Waste Carrier’s
Registrations and Environmental Permits
• Date reports on the or recovery routes calculated carbon emissions associated with disposal, recycling
• Statistical and graphical representation of the provided disposal and recycling data
41.1 Targets have been set against significant waste streams and where there are no specific targets we have set
management aspirations
Or other treatment
?-% recycling rate by---?
Reduce waste to landfill by---
Dry Recyclables Recycle Dry material recycled (tonnes)
% by---?
Glass Recycle Increase our recycling Glass material (recycled (tonnes)
The contract will be monitored using the following KPI’s / SLA’s on a monthly basis
The Contractor/Service Provider must obtain a minimum score of 80% or more in total each month against the items listed below in the SLA
Score
Punctuality / Reliability
Management Support
Communication
Score
Overall Performance %
Operational Issues
Management support
% score
The Trust will require monthly reporting and review of the SLA over the life of the contract initially on a monthly basis for the first 3 months of the contract and
then every 3 months; depending on performance
43.2 Domestic Waste collections. N.B. Wonford site Healthcare waste collections are made by Trust staff who transport the
waste to North Road for onwards removal by the Healthcare Waste contractor.is this correct?
43.4 Royal Devon and Exeter Foundation Trust Wonford Site waste tonnages
Wonford Site Est. Vol. Per Year (Tonnes unless otherwise stated)
Cytotoxic Waste 23 22 8
Non-confidential paper
Furniture
Scrap metal
Glass
Printer/Toner Cartridges
Wood
Food Waste
Cardboard
Estates Garden Waste Skip check this is a green waste skip and
6x14yrd 3x14yrd 1x14 yrd
not a general waste skip
Textile Waste
Chemicals
Mercury
Oils
Paints
Solvents
X-ray chemicals
Mattresses
Recording Media
Confidential waste
Feminine Hygiene
Heavitree Site – Significant site reduction to OPD only in 20xx Est. Vol. Per Year (Tonnes unless otherwise stated)
Healthcare Waste 42 38 13
Mardon House Site Est. Vol. Per Year (Tonnes unless otherwise stated)
Healthcare Waste 5 5 1
Exeter Mobility Centre Site Est. Vol. Per Year (Tonnes unless otherwise stated)
Healthcare Waste .5 .3 .1
General waste skip is this used for black bags? 1x14yrd per month 1x14yrd per month 1x14yrd per month
DOA Site Est. Vol. Per Year (Tonnes unless otherwise stated)
Occupational Health (Heavitree) Site Est. Vol. Per Year (Tonnes unless otherwise stated)
Bell House Site Est. Vol. Per Year (Tonnes unless otherwise stated)
1x skip
Honeylands Site Est. Vol. Per Year (Tonnes unless otherwise stated)
SDRU Site Est. Vol. Per Year (Tonnes unless otherwise stated)
Healthcare Waste 18 25 8
Confidential waste
xxxxxxx 30/04/2015
collection service for the rd&e
IT equipment
Textile Waste
Approx
Approx Contact Details of Lease
Type of equipment Size Date Owner of Equipment Lease Expiry Date
Age Company
Installed
Secondary Baler
Estates Non-haz
WEEE container
Compactor
Tow Truck
Recycling Units
INSERT APPLICABLE
ITEMS NOT
INCLUDED ON THE
LIST OR DELETE
NON APPLICABLE
ITEMS
TENDER DOCUMENTATION
Clauses 8.1 and 8.2: Provide details of lead officer preparing the
tender proposal on behalf of the Tenderer and/or the proposed
contract manager.
11. Licences
45. Equipment
47. Sub-contracting
49. Spillages/Accidents
1. Introduction
Clause 20.14: Costs for Waste Container Keys at the start of the
contract need to be provided in the Additional Costs section of
Document 5: Offer Schedule.
45. Equipment
47. Sub-Contracting
49. Spillage/Accidents
The Pollution Prevention and Control (England and Wales) (Amendment) (England)
Regulations 2006
The Pollution Prevention and Control Act 1999
The Radioactive Substances Act 1993
The Waste Electrical and Electronic Equipment Regulations SI 2006 /3289
The Waste Incineration (England and Wales) Regulations 2002 No. 2980
Waste and Emissions Trading Act 2003
Waste and Emission Trading Act 2004 Order 2004 (SI 2004/1874 and 1488)
Waste Management Licensing (Amendment) (England) Regulations 2003 (SI
2003/595)
Waste Management Licensing Regulations 1994 (SI1994/1056) as amended
Waste Management Licensing (England and Wales) (Amendment and Related
Provisions) (No. 2) Regulations 2005 (SI 2005/1528)
Waste Incineration (England and Wales) Regulations 2002, SI 2980
Waste Management Licences (Consultation and Compensation) Regulations 1999,
SI 481
Source: Environment Agency (www.environment-agency.gov.uk) and NetRegs
www.netregs.gov.uk 2 March 2007
• NetRegs
• NHS Estates “Total Waste Management Best Practice Advice on Local Waste
Management for the NHS in England”. London, 2004. ISBN 0-11-322493-1.
(Only available in hard copy from the Stationary Office.)
January 2018
Version Control
Contributor(s) Date Version Comments
Contact Details
Name
Telephone
Email
Contents
1 LEGISLATION, REGULATIONS AND GUIDANCE ................................................................................ 2
2 LICENCES ......................................................................................................................................... 2
3 DUTY OF CARE ................................................................................................................................. 3
4 WASTE CATEGORIES........................................................................................................................ 4
5 HAZARDOUS WASTE 2008/98/EC (EWC 2002) ............................................................................... 4
6 CONTAINER POLICY ......................................................................................................................... 6
7 STORAGE OF CLINICAL HAZARDOUS WASTE .................................................................................. 6
8 STORAGE OF MISCELLANEOUS WASTE ........................................................................................... 7
9 SERVICE SCHEDULE ......................................................................................................................... 8
10 SERVICE VARIATION .................................................................................................................... 8
11 COLLECTION POINTS ................................................................................................................... 8
12 COLLECTION TIMES ..................................................................................................................... 8
13 COLLECTION OF HAZARDOUS WASTE ......................................................................................... 8
14 RECORDING OF WASTE COLLECTION AND DISPOSAL ................................................................. 9
15 TRANSPORTATION OF WASTE................................................................................................... 10
16 VEHICLE ACCESS ........................................................................................................................ 11
17 WASTE TRANSFER/TREATMENT/DISPOSAL FACILITIES ............................................................. 12
18 DISPOSAL OF HAZARDOUS WASTE ........................................................................................... 12
19 RECYCLING/WASTE MINIMISATION .......................................................................................... 13
20 EQUIPMENT .............................................................................................................................. 13
21 MAJOR INCIDENTS .................................................................................................................... 14
22 SUB-CONTRACTING ................................................................................................................... 14
30.1 CONTRACT IMPLEMENTATION ACTION PLAN .......................................................................... 14
23 SPILLAGE/ACCIDENTS................................................................................................................ 15
24 NOISE CONTROL ........................................................................................................................ 15
25 CONTRACTOR’S STAFF .............................................................................................................. 15
26 MONITORING OF THE CONTRACT ............................................................................................. 17
27 PRICE, PAYMENT AND SUPPORTING INVOICE/MANAGEMENT INFORMATION ....................... 18
28 QUALITY ASSURANCE/ENVIRONMENTAL POLICY ..................................................................... 18
29 PUBLIC HOLIDAYS ...................................................................................................................... 19
30 CONTRACT MANAGEMENT ....................................................................................................... 19
31 INNOVATIONS/ADDITIONAL SERVICES ..................................................................................... 19
32 APPENDIX A LEGISLATION AND GUIDELINES ............................................................................ 21
1. APPENDIX B FUTURE REGULATIONS AND GUIDELINES TO CONSIDER ..................................... 23
WASTE MANAGEMENT SERVICES SPECIFICATION (GENERIC)
Document 4 – Specification 1
1 LEGISLATION, REGULATIONS AND GUIDANCE
1.1 Contractors must provide full details of any convictions or prosecutions brought against the
company for the failure to comply with waste legislation and regulations during the past
three years.
1.2 The Contractor(s) will be required to comply with all current and future legislation,
regulations and guidelines during the term of the contract. The Authority recognises that
legislative and regulative compliance from Contractor(s) does not absolve the Authority
from their own specific responsibility to comply with legislation and regulations. The
Authority will require the appointed Contractor(s) to ensure that it notifies and advises the
Authority to all relevant current/future legislation, regulation and guidelines in order to
ensure that the Authority meet their individual Duty of Care as stipulated in the
Environmental Protection Act 1990.
1.3 Attached for information is Appendix A which is a list of legislation and guidelines that are
applicable to this contract. This list is not exhaustive and will be regularly reviewed and
updated inline with new legislation, regulation and guidelines during the term of the
contract to ensure the Authority meet their individual duty of care
1.4 Attached as Appendix B, is a list of regulations and best practice guidance that will be
introduced and/or revised during the term of the contract. Contractors are requested to
provide a written statement within their tender proposal on how these changes may affect
their ability to operate the contract or if there will be an impact on costs provided within
their tender submissions in future.
1.5 The Contractor(s) will be required to prepare and present proposals to the Authority to
encompass new legislation, regulation and best practice as and when enacted.
1.7 Contractors must provide details of any trade bodies/associations they are accredited to or
members of (Sanitary Medical Disposal Services Association, Chartered Institute of Waste
Management, Environmental Services Association etc).
2 LICENCES
2.1 The contractor must submit to the Authority copies of all certificates, licences, consents
and environmental permits if not already supplied in particular:
2.1.2 Environmental Permits whether issued by a Local Authority or the Environment Agency.
Document 4 – Specification 2
2.1.4 Contractors must provide full details of the primary treatment site(s) (including location,
capacity, permits etc) that are proposed to service the Authority’s contract.
2.1.5 Contractors must provide details of the local Environment Agency office that issued the
permit(s) for all primary treatment sites proposed to service the Authority’s contract.
2.1.6 Full details of all backup treatment/disposal sites or facilities to be used by the Contractor
in the event of a primary site being unavailable.
2.1.7 Copies of any other consents, licences and permits the contractor believes are relevant to
the contract.
2.2 The Contractor(s) shall ensure that waste must be treated by methodologies that are
authorised by the Environment Agency and /or Local Authority. Treatment processes
operating without appropriate authorisation must not be used.
2.3 The Contractor(s) shall immediately advise the Authority of any suspension, withdrawal or
refusal to renew any permit, licence, certificate or permissions applicable to carrying out
the requirements of this contract during the term of the contract.
2.4 The Contractor(s) will be responsible for all costs associated with finding an alternative
Contractor(s)/treatment facility if there is a failure on their part to undertake the services
outlined within the specification at any time during the contract period.
2.5 The Authority will require sight of an electronic/scanned copy of the original licences and
other relevant documents on an annual basis and will reserve the right to inspect any
transit station and disposal facilities at any reasonable time, as implied under the Code of
Practice ‘Waste Management the Duty of Care’.
2.6 Contractors are advised that the Authority will not award any part of the contract to a
Contractor(s) or Sub-Contractor(s) who are unable to provide formal evidence of any of the
required permits necessary to operate this contract within their tender proposal.
3 DUTY OF CARE
3.1 To ensure that the Authority’s Duty of Care in respect of waste is adequately discharged
Contractors are required to:
3.1.1 Visit the sites, prior to tendering in order to establish the suitability of their proposed
arrangements for the removal of waste.
3.1.2 Provide comprehensive written documentation relating to all aspects of the contract.
3.1.3 Provide a fully detailed audit trail relating to the collection of all waste streams - including
appropriate method statements where significant risk is identified.
Document 4 – Specification 3
3.1.5 Produce a complete procedure, which covers all the requirements of the Environmental
Protection Act 1990 and Hazardous Waste Regulations 2014, including Code of Practice
on Duty of Care, COSHH and the requirements of the Health and Safety at Work Act.
This must include formal Risk Assessment documentation and details of measures taken
to monitor and review.
3.2 Contractors are requested to provide a ‘Duty of Care’ report for any organisation that they
propose to use during the execution of this contract either frequently or on a contingency
basis. Reports provided must be no older than 12 months old.
3.3 Adherence to Duty of Care principles will be a continuing process throughout the duration
of the contract. The Authority reserves the right to monitor the waste through all stages of
disposal. This is to ensure that no divergence from specification or instances of
unacceptable working practice occurs. This will be in accordance with the Authority’s Duty
of Care requirements. Part of the monitoring process will require access to the disposal
facilities during the provision of the service. This action shall in no way absolve the
Contractor from its responsibilities under statutory legislation as part of this contract.
4 WASTE CATEGORIES
4.1 The separate waste streams the Contractor(s) will be required to manage under this
contract are specified in sections 5, 6 and 7 of this specification. This list is not
exhaustive and may be subject to change throughout the life of the contract.
4.2 Any changes and potential cost implications will be negotiated between the Contractor(s)
and the Authority.
4.3 Contractors are required to provide pricing for each of the separate groups of waste, which
are included within the contract specification. All costs and prices must be included within
the Offer Schedule.
4.4 Contractors must inform the Authority of their intention to sub-contract or the utilisation of a
third party to service or manage any of the waste streams included within this contract on
their behalf, within their period of the SLA.
5.2 The Contractor will classify waste in accordance with the requirements detailed in Section
5 to 7 below:
5.3 Hazardous Waste includes both clinical and non-clinical Waste (detailed below).
5.4 The Document European Waste Catalogue defines how each type of hazardous waste
should be processed.
Document 4 – Specification 4
5.5 CLINICAL:
18 01 02 Body parts and organs including blood bags and blood preserves (except 18 01
03).
5.7 The term offensive/hygiene waste describes healthcare waste which is non-infectious and
does not require specialist treatment or disposal, but which may cause offence to those
coming into contact with it. Offensive/hygiene waste includes waste previously described
as human hygiene waste and “Sanpro” waste and does not need to be classified for
transport. It is not a clinical waste under controlled waste regulations and is non
hazardous. The waste is non-hazardous and is described as 18 01 04 (human
healthcare) 18 02 03 (animal healthcare) or 20 01 99 (municipal) in the EWC codes.
Offensive/hygiene waste is not infectious, therefore, for transport purposes; it is not
classified as dangerous goods.
5.8 18 01 04 Waste whose collection and disposal is not subject to special requirements in
order to prevent infection, e.g. dressings, plaster casts, linen, disposable clothing (Not
considered hazardous if segregated from other clinical waste streams).
Infectious waste
Laboratory Chemicals
Cleaning Chemicals
Oils
Asbestos
Paints
Solvents
Document 4 – Specification 5
Aerosols (flammable propellants and hazardous contents)
5.10 Subject to revised legislation and regulations, these categories are subject to
alteration during the course of the contract.
5.11 The list provided is an indication and not an exhaustive list. This list may be modified to
meet the needs of the Authority during the course of the contract.
6 CONTAINER POLICY
6.1 The colour coding adopted by the Authority for containers, is that recommended by Health
Technical Memorandum 07-01: Safe management of healthcare waste.
6.2 All clinical waste bags/containers are sealed with a numbered tag or label for identification
purposes or stored in a uniquely identifiable (bar-coded) container for audit purposes, or in
the case of sharps bins the details of the label completed. All containers must meet
current legislation and the use of overpack stickers to reclassify the waste stream provided
free of charge.
7.3 The containers, subject to the approval of the Authority’s authorised officer(s), shall
minimise the handling of waste and be compatible with both the Authority’s and the
Contractor’s transportation systems. Contractors shall fully describe, at the time of
tendering, the type, size and estimated number of containers to be provided per Authority
and per Site to store waste awaiting collection.Containers that become unsuitable for
continued use through wear, loss or any other reasonable reason shall be withdrawn
immediately from service and replaced as necessary at the Contractor’s expense.The
containers will remain the property of and be maintained by the Contractor(s) throughout
the contract. The containers must be promptly removed from the Authority’s site on the
expiry or termination of the contract.The Contractor(s) shall ensure that there are an agreed
number of containers available at all times, to meet the requirements of the collection of
clinical waste across the Authority during the length of the contract.The Contractor(s) will
be required to provide containers in excess of normal requirements to accommodate
emergency overflow of clinical waste. The Contractor shall indicate the response time for
this request. Documented evidence must be provided of contingency plans in the event of
major plant or transport failure.All containers used for clinical waste collection should be
colour coded and labelled as per Section 5 of Health Technical Memorandum 07-01: Safe
management of healthcare waste and meet all requirements of current and future
legislation (including UN Guidance and Markings).
Document 4 – Specification 6
7.9 The Contractor(s) shall collect containers, where appropriate, and as per the agreed
frequency and replace them with decontaminated empty containers of the same size as
per the agreed schedule (see appendix) and /or decant smaller bins as and when
required and when bin exchange is not possible.
7.10 The Contractor(s) shall be responsible for the internal and external cleaning of the
containers, with an agreed cleaning schedule established with the Authority prior to the
contract commencing.Each Contractor must identify how containers would be cleansed
and disinfected before being returned to the various collection points for re-use. Contractor
shall include full details of the proposed method of cleansing, which shall comply with the
Environment Agency requirements.The container shall have no rough or inaccessible
surfaces, to ensure total internal and external cleansing. The container should withstand
frequent cleansing without deterioration in quality and not be liable to corrosion.Contractors
should describe how their cleaning process would minimise cross infection. Contractors
must take into account the relevant Department of Health, Health and Safety Executive and
Environment Agency standards.The following cleaning schedules for waste containers are
required as follows:
The contractors are reminded that the bin cleaning element of the specification is
considered to be an essential part of this contract.
7.14 Each container must be uniquely identified by a number/code, as part of the Contractor(s)
recording system.
7.15 The Contractor(s) is to provide the agreed number of hooks, towing bars etc. (where
applicable) to enable the containers to be towed. The Contractor(s) is also required to
provide replacements as required throughout the contract, due to normal wear and tear.
The cost is to be included in the contract price, with price details provided in the offer
Schedule (Additional Costs).
7.16 The Contractor(s) is to provide the agreed number of container keys, to the Authority’s
authorised officers and all replacement keys required for the duration of the contract. The
cost of issuing an initial set of keys at the commencement of the contract is to be included
in the contract price, with price details provided in the offer Schedule (Additional Costs).
7.17 The Contractor(s) is to provide replacement keys as and when required by the Authority
authorised officers upon request. The Contractor(s) may levy a charge for replacement
key(s) (unless otherwise stated in their tender proposal). Costs for replacement keys must
be included in the offer Schedule (Additional Costs).
8.2 The containers, subject to the approval of the Authority’s authorised officer(s), shall
minimise the handling of waste and be compatible with both the Authority’s and the
Contractor’s transportation systems.
Document 4 – Specification 7
9 SERVICE SCHEDULE
9.1 The service schedules will be agreed between the Authority and the Contractor(s) prior to
the start of their contracts.
9.2 Contractors are advised that the Authority require a variety of waste collection services.
9.3 The Authority encourages contractors to provide any suggestions to improve the service
schedules or the use of alternative waste holding/storage equipment.
10 SERVICE VARIATION
10.1 Variations in service requirements (including additional or reduced collections) will be
notified to the Contractor(s) as and when required.
11 COLLECTION POINTS
11.1 The Authority currently utilises a combination of single/multi collection area/drop off points,
which are not necessarily the same for all waste streams. The schedule is to be agreed by
the participating Trusts at the commencement of the contract and shall reflect the hours of
business and needs of the individual sites.
11.2 The Collection Points must be cleared as per the agreed schedule for each collection.
12 COLLECTION TIMES
12.1 Waste collections at the Authority sites will remain as per the current, or agreed, schedule
unless agreed otherwise with the authorised officers for each site. The Authority is
prepared to be flexible on collection times if the contractor demonstrates a more efficient
and economical method of operation.
12.3 The Contractor(s) will be required to nominate a competent person(s) who can be
contacted in the event of an emergency. An out of hour’s phone number will be required to
ensure that the Contractor can be contacted 24 hours a day.
12.4 The Authority will supply the Contractor(s) with similar out of hours contact names for each
of the sites included within the contract.
Document 4 – Specification 8
13.2 The Contractor(s) must ensure that all replacement empty containers are functional as per
relevant legislation prior to their return to the site.
13.3 Hazardous waste will be delivered to the agreed collection/storage areas on each site by
the user in accordance with the schedule provided agreed at the start of the contract. The
schedule, to be agreed by the Authority, shall reflect the hours of business and needs of
the Authority.
13.5 Contractor(s) will ensure that exact quantities of Hazardous waste generated can be
reported against each collection point on a monthly basis.
13.6 The Contractor(s) must provide itemised details of charges on a monthly basis for the
disposal of Hazardous waste.
13.7 Where sub-contractors/third parties are used to manage various waste streams on behalf
of the Authority via the Contractor(s), the Contractor(s) is responsible for managing and
coordinating all invoicing arrangements. Proposed methods of managing invoicing
arrangements between sub-contracted Supplier(s) and/or third parties must be provided in
writing to the Authority.
13.8 Containers supplied by the Contractor(s) (wheeled carts or rigid plastic/steel) must be UN
performance tested to meet the requirements. In the case of UN3291 Clinical Waste,
Unspecified, N.O.S., of packaging instructions P621. IBC 520 and LP621.
13.9 In respect of 17.8 the appointed Contractor(s) to supply a copy of the relevant Test
Certificate to the Authority and to comply with the conditions stated within the Certificate.
13.10 In respect of 17.8 above the appointed Contractor(s) is required to correctly mark and label
the packaging with Proper Shipping Name, UN number and Class 6.2 Danger Label before
they are loaded onto a vehicle for the purpose of carriage on public roads.
14.2 All Hazardous waste collected will be covered by a Hazardous Waste Consignment Note
and in accordance with the Environmental Protection Act 1990 and the Hazardous Waste
(England and Wales) Regulations 2005 and subsequent amendment. Details of applicable
charges for the provision of Hazardous Waste Consignment Note must be stated in the
offer Schedule (Additional Costs).
14.3 All Controlled Waste Transfer Notes and Hazardous Waste Consignment Notes must be
signed by the Authority’s representative(s) and be in full compliance with the Waste
(England and Wales) Regulations 2011 and Hazardous Waste Regulations 2005
respectively before waste is removed from the Authority’s premises.
Document 4 – Specification 9
14.4 The weight of each consignment must be established by the use of a weighbridge or other
approved and calibrated weighing method which is weights and measures endorsed by HM
Customs and Excise.
14.5 A Waste Folder on each site will form part of the records whereby all consignment/transfer
notes will be stored for each collection. The Contractor(s) shall provide a receipt recording
the time and date of collection, the identification of bags/containers collected, the
registration number of the vehicle and the final destination of the waste. A copy of this
collection note will be provided on a monthly basis to the Authority’s representative.
14.6 After the delivery of each load the operator of the waste treatment facility shall issue to the
Contractor(s) a receipt recording the time, date and disposal method/point of the load and
the weight of the individual containers. A copy of the previous month’s receipts shall be
forwarded together with the monthly invoices to the Authority’s representative.
14.8 All contractors will be responsible for providing Consignee Returns for hazardous wastes
collected from the participating Trusts(s) on a quarterly basis (as required by the
Hazardous Waste Regulations, 2005 and the Hazardous Waste (England and Wales)
(Amendment) Regulations, 2009. The Consignee Return process will allow the
participating Trusts(s) to verify that waste has been disposed of at the locations detailed on
the HWCN. Consignee Returns shall be forwarded to the participating Trusts
representative(s).
14.9 The participating Trusts are particularly interested in any submissions where the contractor
is offering innovative solutions to the issues of legal paperwork completion, signing and
record keeping, for example the use of electronic systems, which may help the
participating Trusts to meet their Duty of Care requirements
15 TRANSPORTATION OF WASTE
15.1 Contractor(s) shall at all times maintain a comprehensive Transportation Plan giving details
of routes, collection points, timetables, vehicles and driver details. The Transportation Plan
should allow sufficient flexibility to accommodate any reasonable special needs that the
Authority may have. The Contractor(s) shall consult the Authority regarding any alterations.
The trusts would expect a Global Positioning System (GPS) to reduce the physical
requirements to track its waste. These reports may be requested by the participating
trusts.
15.2.1 Trust vehicles used for providing the services are to be roadworthy in accordance with
the Road Traffic Acts and as appropriate be properly licensed by the Local Authority and
where appropriate be of a type that conforms to current Motor Vehicle Regulations (i.e.
Motor Vehicles (Construction and Use) Regulations 1986, the Carriage of Dangerous
Goods and Use of Transportable Pressure Equipment Regulations 2011 etc) and future
regulations during the Term.
Document 4 – Specification 10
15.2.2 The Contractor will provide to the Trust evidence of current registration by the appropriate
Trust, as a waste carrier for the transportation and disposal of Clinical,
Special/Hazardous and Domestic and General waste(s)/Miscellaneous waste(s).
15.2.3 Vehicles must be maintained to a high standard of reliability and roadworthiness and will
be subject to inspection at any reasonable time and may (but not unreasonably or
vexatious) instruct the Contractor not to use the said vehicles in the provision of the
services. All vehicles used must conform to the Motor Vehicles (Construction and Use)
Regulations.
15.2.4 The interior and exterior of all vehicles are kept clean and tidy.
15.2.5 It will provide adequate cover for the non-availability of vehicles for any reason.
15.2.6 The vehicles shall at all times, at the expense of the Contractor, be appropriately
licensed and insured.
15.3 The Contractor(s) shall provide evidence of insurance and breakdown cover for all
vehicles. Evidence of insurance and breakdown cover provision will be required to be
produced to the Authority’s representative(s) upon request.
15.4 The Contractor(s) shall provide evidence of current registration by the appropriate
Authority, as a waste carrier for the transportation and disposal of Clinical,
Special/Hazardous and Domestic and General waste(s)/Miscellaneous waste(s).
15.5 Contractors shall provide details of their company’s Dangerous Goods Safety Advisor
(DGSA) together with a copy of their most recent Dangerous Goods Safety Advisor Report
within their tender submission.
15.6 Contractor(s) will provide the Authority’s representative(s) with a copy of the Dangerous
Goods Safety Advisor report on an annual basis.
15.7 The Contractor(s) shall ensure that the necessary Transport Documentation required to
support the carriage of UN3291, Clinical Waste, Unspecified and N.O.S. (as required under
the CDG Road Regulations 13(2)) is completed in order to ensure that the Authority is not
in breach of their Duty of Care.
15.8 The participating Trusts representatives or nominated individuals (DGSA) may make
random inspections of vehicles and will require that drivers comply with the Carriage of
Dangerous Goods and the ADR instructions in writing, that a Dangerous Goods License is
held along with the appropriate TREM card. Vehicles must have appropriate signage on
the vehicle when carrying dangerous goods. In addition the interior and exterior of all
vehicles must be kept clean and tidy and vehicles must be maintained to a high standard of
reliability and road worthiness and Trust representatives or a nominated individual (DGSA)
may instruct the Contractor(s) not to use the said vehicles in the provision of the services
until appropriate remedial works have been implemented.
16 VEHICLE ACCESS
Document 4 – Specification 11
16.1 The Authority will ensure that adequate access and space for the Contractor(s) for the
collection of waste streams in accordance with the agreed service schedule. Locations
where adequate access is an issue are highlighted in the Abstract of Particulars document
and solutions will be discussed with the Contractor(s).
16.2 Vehicle access times are site specific. Site parking will only be permitted during the period
of loading and unloading.
16.3 The Contractor(s) will ensure vehicles used to collect waste/serve this contract will avoid
the blocking/disruption to vehicles or public access to any site.
18.2 Contractors must provide copies of licences, consents, environmental permits and
exemptions of any disposal/treatment sites that are proposed for use to service this
contract – as stipulated in Section 2 (Licences) of the contract specification.
18.3 The Contractor is to comply with the current relevant legislations relating to the disposal of
Cytotoxic and other drugs and part or whole limbs, in accordance with Department of
Health and Environment Agency guidelines
18.4 In the event that the Contractor(s) wishes to utilise alternative site(s)/facilities the Authority
must be notified in writing. Prior notification must be received at least one month before the
alternative site/facility is utilised. Before an alternative disposal site can be used the
participating Trusts’ authorised officer must confirm in writing their acceptance of this
disposal site / facility and also be in receipt of hard or electronic copies of all the
appropriate licences / permits / registrations / certificates and Duty of Care audit report’s for
the site or facility.
18.5 All waste management operations must be carried out in accordance with all current
relevant legislation. Evidence to this must be auditable and available on demand by the
authorised officers of the Authority.
18.6 The Authority reserves the right to visit annually the specified site(s)/facilities(s) in
accordance with its “Duty of Care” responsibilities under the Environmental Protection Act
1990 and the Hazardous Waste (England and Wales) Regulations 2005 and applicable
amendments.
Document 4 – Specification 12
18.7 In the event of a waste facility being unavailable, all contractors must provide clear and
detailed contingency plans within their tender proposal. The successful Contractor(s) will
be expected to continue to fulfil their obligations to the Authority in such circumstances at
no extra cost to the Authority. If this occurs the Contractor must inform the Authority’s
representative in writing, this is to ensure adherence to the Environmental Protection Act
1990, the Environmental Protection (Duty of Care) Regulations 2003. And the Waste
(England and Wales) Regulations 2011. As a minimum this should include the following:
18.8 If the Contractor(s) contingency plans are reviewed/updated during the course of the
contract, written confirmation must be provided to the Authority.
18.9 Contractors shall provide written confirmation that any designated waste disposal
plant/facility or standby facilities named within their tender proposal are
permitted/authorised by the Environment Agency/Local Authority to receive Clinical and
Non-Clinical Hazardous waste from the Authority.
19 RECYCLING/WASTE MINIMISATION
19.1 This section does not refer to the disposal of domestic waste, but highlights opportunities
for recycling with recyclable material e.g. surgical instruments.
19.2 All Tenderers are required to provide a proposal within their tender submission, which will
address the issue of recycling and waste minimisation within the Authority. A key aim for
the successful Contractor(s) will be their ability to develop existing recycling activity as well
as proposals to increase the recycling activity.
19.3 Contractors must provide copies of licences, environmental permits and registered
exemptions of any disposal/treatment sites that are proposed for use to service this
contract – as stipulated in Section 2 (Licences) of the contract specification.
19.4 The Authority reserves the right to visit the specified site(s) in accordance with its “Duty of
Care” responsibilities under the Environmental Protection Act 1990.
19.5 The Authority must be advised of the locations of the proposed recycle site(s) and/or
transfer station(s). Any subsequent changes during the contract period must be notified in
writing in advance to the Authority. This prior notification must be received at least one
month before the subsequent changes take place.
20 EQUIPMENT
20.1 Contractors shall indicate within their tender submissions a written proposal of domestic
waste equipment (e.g. compactors), which could form part of the contract. The Authority
reserves the right to accept or reject all or part of the proposals.
Document 4 – Specification 13
20.2 Written proposals for the equipment should include the following information:
21 MAJOR INCIDENTS
21.1 In the event of a major incident the Contractor(s) will be responsible for disposing of the
waste generated by the Authority.
21.2 Waste generated during a major incident may consist of Clinical, Hazardous Clinical,
Hazardous Non-Clinical, Domestic and General and Miscellaneous waste.
21.3 The Authority in conjunction with emergency services and the Environmental Agency will
advise the Contractor(s) of the nature of the waste.
21.4 Contractor(s) should note that subject to the major incident in question, additional
bins/containers maybe required in addition to bins/containers already on site(s).
22 SUB-CONTRACTING
22.1 Contractors shall indicate within their tender proposal aspects of the contract they would
intend to sub-contract and/or employ a third party to fulfil the service(s) specified within the
contract specification. Please note that any sub-contractors used on this contract are
subject to all terms and conditions outlined in this specification including agency staff that
may be utilised.
22.2 Contractors shall provide name(s), addresses(s) and contact details of proposed sub-
contacted suppliers and/or third parties to be employed within the contract in their tender
proposal together with all relevant licences and requirements as detailed in Section 2.
22.3 The Contractor(s) shall not sub-contract the collection, transportation or disposal of waste
without the prior consent in writing of the Authority.
22.4 Where sub-contracting arrangements do exist, the Contractor(s) shall arrange for all
invoices to be co-ordinated resulting in one consolidated monthly invoice being submitted
to the Authority. . Invoices together with any supporting information are to be sent to the
participating Trusts representative(s) and finance department.
23.1.1 The proposed collection schedule for each individual site within the Authority once the
contract commences.
Document 4 – Specification 14
23.1.2 Proposed plan for the ordering and delivery of new bins/containers to the Authority.
23.1.6 Proposed timetable to complete duty of care visits for the relevant Authority‘s
representative.
23.1.7 The co-ordination of withdrawal of bins with outgoing contractor and delivering of bins by
successful contractor.
23.2 The Contractor(s) is at liberty to nominate a revised collection frequency if this suits the
Authority and does not adversely affect the overall cost and this is agreed in writing with
the Authority.
23.3 The statement provided by contractors is subject to alteration and agreement between the
successful Contractor(s) and the Authority.
24 SPILLAGE/ACCIDENTS
24.1 Spillages and/or accidents must be immediately reported to the Authority representative(s)
and confirmed in writing within 48 hours.
24.2 Contractors must provide a method statement for dealing with any spillage, burstages or
accident.
24.3 Where the Contractor is liable for the spillage or accident, the Contractor will remedy at
own cost.
25 NOISE CONTROL
25.1 The Contractor(s) shall ensure that all measures are taken to control the noise levels
produced by their operations on site required under or by virtue of any enactment,
regulation or Codes of Practice or by the working rules of any industry.
25.2 The Contractor(s) attention is drawn in particular to Part III of the Control of Pollution Act
2001, Part III of the Environmental Protection Act 1990 and any Regulation made or Codes
of Practice approved there under.
25.3 The Contractor(s) is to note that due to the working environment. All noise levels are to be
kept to a minimum.
26 CONTRACTOR’S STAFF
Document 4 – Specification 15
26.1 The Contractor(s) shall ensure that every person employed by the Contractor(s) and/or
sub-contractor(s) employed for the provision of waste management services, is at all times
properly and sufficiently trained by having participated in a formal training programme prior
to commencing work. Details of training records should be available as requested by the
Authority.
26.2 Staff appointed by the Contractor(s) and/or sub-contractor(s) must be aware of all relevant
rules and procedures concerning Health and Safety at Work and the recording of all
accidents and untoward occurrences involving waste disposal procedures from the
Authority’s site(s).
26.4 The Contractor(s)’s staff shall be required to carry and display a form of identification for
any period during which they are working on the Authority’s premises.
26.5 The Contractor(s) shall provide uniforms for their staff at all times while on the Authority’s
premises and ensure that staffs are dressed in appropriate protective uniforms/work wear.
26.6 The Authority expects the highest standards of personal hygiene, courtesy and
consideration from all of the Contractor(s)/sub-contractor(s) staff at all times.
26.7 The Contractor(s) shall prohibit their staff from smoking on any of the Authority’s premises.
26.8 The Contractor(s) shall ensure that their staff refrains from the use of mobile phones or
radio devices whilst on the premises of the Authority. A mobile phone may be used to
contact the Contractors premises.
26.9 The Authority reserves the right to request the removal of staff who fails to carry out the
service to the standards required by the Authority as outlined within the contract
specification.
26.10 The Contractor(s) shall fulfil the requirements of the contract with a minimum of disruption.
Specific attention should be drawn to the following:
26.10.1 Not convey any articles to or from a patient and/or visitor or have any dealing with any
patient and/or visitor unless so requested by the Authority’s authorised officer.
26.10.2 Not to trespass on Authority property but confine themselves strictly to the locality of their
work.
26.10.3 The Contractor(s) and relevant staff employed on this contract must at all times be
mindful of the need to respect patient confidentiality, and should not interact verbally or
physically with patients.
26.11 The Contractor(s) shall be liable for both authorised and unauthorised acts of its
employees whilst carrying out their duties in line with the contract specification whilst they
are on the Authority’s premises.
Document 4 – Specification 16
26.13 Every person newly recruited to be employed by the Contractor(s) and/or sub-contractor(s)
in and about the provision of the services shall, at the Contractor(s)’s expense, at the
commencement of the contract period or that person’s employment (whichever shall be the
latter) be medically screened, a copy of which shall be made available to the participating
Authority’s Occupational Health Services.
26.14 Any employee shall be excluded from the site when suffering from any infectious or
communicable disease.
26.15 In the event of Contractor’s staff who have, or who may have, access to the Authority sites
during the course of the Contract being criminally prosecuted for a serious offence (as
defined in the Police and Criminal Evidence Act 2005), the Contractor(s) must immediately
supply the authorised officer with a full report of the circumstances and, ultimately, of the
outcome of any judicial procedures.
26.16 The Contractor(s) shall ensure that drivers required to work at participating Trusts sites are
DBS checked.
27.2 Contractors must provide a written outline of how they propose to monitor, trace and audit
the contract during the life of the agreement within their tender proposal.
27.3 The Authority, in accordance with its Duty of Care principles will agree a formal monitoring
system with the Contractor(s), to commence at the start of the contract and be based on a
continuous assessment process throughout the life of the contract.
27.4 The Authority, reserves the right to inspect with or without prior notice, all records relating
to the performance of the contract.
27.5 The Authority reserves the right to visit any specified holding/waste disposal sites with or
without prior notice during the contract period.
27.6 Contract review meetings will be held on a regular basis between the Contractor(s) and the
Authority’s representatives. It is intended that these meetings will provide both parties with
the opportunity to raise issues related to performance, incidents, finance, new legislation,
targets, overall tonnage, continuous improvement initiatives or any other aspect of the
contract. They will provide a forum for open discussion to ensure continued success of the
trading relationship.
27.7 We believe that TUPE may apply but request that tenderers confirm that they have
identified any issues that may affect any of the Trusts and which we need to be aware of
as part of the evaluation exercise.
Document 4 – Specification 17
28 PRICE, PAYMENT AND SUPPORTING
INVOICE/MANAGEMENT INFORMATION
28.1 The Authority will require the following management information pertaining to their waste
collections in support of the monthly invoice for each type of waste stream.
28.1.3 Number and size of each container collected from each site.
28.2 All invoices must quote the current price per tonne/unit, or unit cost, for the collection and
relevant Waste Transfer Notes, Hazardous Waste Consignment Notes and Certificates of
Destruction.
28.3 Where sub-contracting arrangements exist, the Contractor(s) shall arrange for all invoices
to be co-ordinated with the Authority receiving one consolidated monthly invoice. In terms
of meeting sustainability the participating trusts would prefer electronic documentation as
per instruction on communication per trust.
28.4 The Contractor(s) must have in place a fully auditable identification and tracking system
from point of collection to disposal of all waste streams.
28.5 A computerised/web-based tracking system is desirable albeit Electronic reports which can
be manipulated would be an alternative solution.
29.2 Contractors shall provide details of any current and future Environmental policies and/or
accreditations (including copies of certificated evidence) developed/received by their
company, which are applicable to this contract.
Document 4 – Specification 18
30 PUBLIC HOLIDAYS
30.1 The Contractor(s) must ensure that service schedules and staffing levels are unaffected by
Public Holidays.
31 CONTRACT MANAGEMENT
31.1 In the absence of the Contract Manager the contractor(s) will notify the authorised officer,
in writing, of a named representative who is nominated to deputise, together will their
current qualifications and experience.
31.2 The Contractor(s) will be required to nominate a competent person(s) who can be
contacted during operational hours.
31.3 The Contractor(s) will be required to nominate a competent person(s) who can be
contacted in the event of an emergency. An out of office out of hour’s phone number will be
required.
31.4 The Authority will supply the Contractor(s) with similar out of hours contact names for each
of the sites included within the contract.
31.5 The Contactor(s) will provide the Authority with sustainable solutions to current and future
waste legislation (including guidance and advice).
31.6.1 Develop controlled waste segregation practices to ensure the Authority obtains best
possible value for money and meets its regulatory obligations.
31.6.2 Develop and deliver a strategy to provide personnel training to all staff that handle or are
involved with waste e.g. safety, cost, and efficiency, hygiene, control, documentation and
equipment operation.
31.6.3 The development of Key Performance Indicators to measure waste management within
the Authority.
31.6.4 Support the development of the Authority’s Environment and Sustainability Policy.
31.6.5 Monitor performance against original tender requirements/specification and report back to
Authority’s representatives.
31.6.6 Should any audits of waste be undertaken by the contractor then the Trust(s) would
expect to receive 7 days’ notice of this so that they have the ability to attend the depot. All
audits must be accompanied by a report and evidence of non-compliance.
32 INNOVATIONS/ADDITIONAL SERVICES
Document 4 – Specification 19
32.1 Contractors are encouraged to provide written proposals for any additional Services they
believe should/can be added to the contract. The Authority welcomes any
initiatives/innovations from Contractors to help minimise waste levels and embrace
recycling. These initiatives should be sustainable and cost effective and include
environmental best practice. Contractors should include all proposals in writing.
Contracting Authorities welcome variant bids where suppliers can offer innovation that may
not have been addressed within the specification.
Document 4 – Specification 20
33 APPENDIX A LEGISLATION AND GUIDELINES
The following legislation and guidelines list is not exhaustive and the Authority will require the
appointed Contractor(s) to ensure that it notifies and advises the Authority to all relevant
current/future legislation, regulation and guidelines in order to ensure that the Authority meets
their duty of care:
PLEASE NOTE: The spec refers to a number of acts and regulations. Any updates to these
acts or regulations must be adhered to throughout the life of the contract. The following
list of Legislation and Guidelines applies to England only.
Controlled Waste (Registration of Carriers and Seizure of Vehicles) Regulations 1991, SI 1624
Document 4 – Specification 21
Packaging (Essential Requirements) Regulations 2003, SI 1941
Transfrontier Shipment of Radioactive Waste and Spent Fuel Regulations 2008 SI 3087
Waste Electrical and Electronic Equipment (Amendment) (No2) Regulations 2009 SI 3216
Other regulations/guidelines:
The Carriage of Dangerous Goods and Use of Transportable Pressure Equipment Regulations
2009
ADR 2011
Document 4 – Specification 22
34 APPENDIX B FUTURE REGULATIONS AND GUIDELINES TO
CONSIDER
Document 4 – Specification 23