Provide Waste Management Services in Canterbury
Canterbury Christ Church University are looking to appoint a supplier to deliver Waste Management Services covering all required waste streams across its campus network.
United Kingdom-Canterbury: Refuse and waste related services
2016/S 059-099765
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Canterbury Christ Church University
North Holmes Road, Kent
For the attention of: Max Huubbard
CT1 1QU Canterbury
UNITED KINGDOM
Telephone: +44 1227782940
E-mail: procurement@canterbury.ac.uk
Fax: +44 1227782940
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/cccu/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/cccu/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKJ4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Canterbury Christ Church University are looking to appoint a supplier to deliver Waste Management Services covering all required waste streams across its campus network. The University is looking to appoint a supplier that will work in partnership with the University to achieve associated targets in the Sustainability Policy, Waste and Recycling Management Policy and Strategy and not just provide waste collection and disposal services.
There are several key objectives for this tender process:
— To appoint a ‘best quality’ provider of waste management services across the campus network. This can be defined as best value for money.
— Maintain 0 % to landfill.
— Increase the rates of recycling.
— To appoint a waste management provider who understands the University’s Sustainability Policy, Waste and Recycling Management Policy and Strategy and who will work in partnership with the University to achieve associated targets.
— To reduce the costs associated with managing the University’s waste streams and encourage innovation.
— To ensure compliance with all relevant legislation in the provision of services through a legal compliance system.
— To appoint a supplier who will be able to provide detailed management information which will allow the University to report on its waste and recycling activities.
If you are not currently registered on our portal, please could you register on this portal — https://in-tendhost.co.uk/cccu/aspx/Home where you will be able to access the tender documentation.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90513000, 90510000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
General Waste, Food Waste, Recyclables and Re-usable Furniture
— All general waste.
— Dry Mixed Recycling specifically including coffee cups and sandwich wrapper recycling.
— Food waste, including organic and biodegradable food waste.
— Recyclables, including recyclable paper, cardboard, plastic bottles and films, other paper and plastic packaging, aluminium tins and cans, glass and other mixed recyclables.
— Recyclable metals and wood that can be segregated from the bulky waste stream.
— Furniture that can be re-used.
The main feature of this requirement is the provision of a ‘mixed recycling service’ where all recyclable materials can be deposited in a single bin, the contents of which are segregated by the supplier into the different waste streams.
Waste Electrical and Electronic Equipment (WEEE) and Batteries
— All waste electrical and electronic equipment, with the exception of items that are managed via ‘take back’ schemes.
— Hazardous and non-hazardous WEEE items, such as IT and telecommunications waste, large household appliances.
— Small household appliances.
— Electronic and electrical tools and control and monitoring instruments.
— Waste batteries and accumulators.
— Some green waste as directed.
Non-reusable bulky waste, such as furniture, mattresses, wood waste and metals
— Bulk waste materials generated by the University that cannot be segregated for recycling or re-use.
— Residential and office furniture, such as chairs, tables, desks, mattresses and storage furniture.
— Wood and metal waste that is too large for the general waste stream.
Confidential Waste
— All confidential waste, which is waste that contains sensitive information or data which the University must have specially treated to ensure secure destruction and disposal, or recovery. This includes confidential paper waste, CDs, DVDs, videos and confidential hardware that must be securely destroyed and certificate of distraction provided.
Hazardous Waste
— Hazardous waste (herbicides, pesticides, hazardous paints and dyes, white spirits etc.);
— Laboratory chemicals.
All requirements include the provision of appropriate; clearly label equipment, containers and the labour to enable the specified services to be provided except where existing or new equipment owned or purchased by the University is made available.
Section III: Legal, economic, financial and technical information
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: