Provide Waste Services to University of Southampton
Waste (Sustainable Resource) Management Services.
United Kingdom-Southampton: Refuse and waste related services
2015/S 042-072481
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Southampton
University Road
Contact point(s): Procurement
For the attention of: Suzanne Carlisle
SO17 1BJ Southampton
UNITED KINGDOM
Telephone: +44 2380595688
E-mail: s.carlisle@soton.ac.uk
Fax: +44 2380598029
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofsouthampton
Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton
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.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
South Coast Affinity Group (SCAG) of Universities Members, Southampton City College and University of the Creative Arts. (Please see Additional Information for full details of group members)
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 UKK,UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 7
Justification for a framework agreement, the duration of which exceeds four years: The entire duration of the agreement shall be seven years, made up of an initial term of five years with the option to extend for a further 2 years, subject to review. This term is intended to reflect the level of investment capital potentially required to provide a full ‘Pay by Weight’ service along with an innovative recycling solution(s).
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 7 000 000 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The entire duration of the agreement shall be 7 years, made up of an initial term of five years with the option to extend for a further 2 years, subject to review. This term is intended to reflect the level of investment capital potentially required to provide a full ‘Pay by Weight’ service along with an innovative recycling solution(s).
It is anticipated that bids will be assessed on the basis of a 20 % price / 80 % quality split, however full details will be issued to shortlisted suppliers along with the Invitation to Tender documents.
Scope.
All participating organisations are seeking an efficient, high quality waste management service that fully complies with SCAG Universities’ environmental objectives to reduce the environmental impact of waste services, meet government targets for recycling and operate at a zero level to landfill.
Pay-By-Weight.
It is envisaged that the participating organisations will require the provision of a comprehensive pay by weight waste disposal service. The service should include:
— the segregation, collection, removal and disposal of all controlled waste from all University buildings in each Institution;
— the option of collection, removal and disposal of clinical, hazardous and special waste.
Sustainable Resource Management.
In recognition of the Group’s commitment to sustainability, the SCAG members are seeking a solution which will enable them to achieve their objective of a holistic approach to sustainable resource management. This concept can be defined as:
— Reducing the amount of waste produced;
— Efficient use of waste;
— Selecting waste management options which minimise the risk of any negative environmental impact;
— Achieving a hierarchy of waste management.
Waste Disposal Services.
The successful Contractor will be required to offer a service with the option for the collection, removal and disposal of all waste streams (as identified in the pre-qualification questionnaire) from SCAG University sites.
Full details of the particular service required by each individual institution will be provided at the Invitation to Tender stage and will be determined between the successful bidder and each institution prior to the award of each call-off contract.
Request for clarifications at pre-qualification stage can only be requested until 12:00 on Friday 20.3.2015 via the In-Tend portal correspondence facility (see additional information for details).
All responses must be uploaded onto this portal by no later than 12:00 Noon on 31.3.2015. Failure to upload your response by this time may result in your exclusion from the tender process. If you are experiencing any technical difficulties when uploading on to the system, please ring +44 23 8059 2654 Before the 12:00 deadline for investigation, calls received after this time will not be considered.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90510000, 90511000, 90514000, 90524000, 90520000, 90512000, 90530000, 90513000, 90000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.2)Economic and financial ability
To support the financial assessment the University will obtain a financial appraisal report from CreditSafe. This report provides the University with an overall Risk Score which will be used to assess the applicants financial standing. A suitable Performance Bond or Parent Company Guarantee may at the University’s discretion be accepted and allowed to override a poor credit score.
Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required: Organisations are advised that the following insurance levels are usually required:
— Employers Liability 10 000 000 GBP;
— Public Liability 10 000 000 GBP;
— Product Liability 5 000 000 GBP;
— Professional Indemnity 5 000 000 GBP.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: A maximum number of 5 organisations will be shortlisted from the pre-qualification stage to be invited to tender, based on the following objective criteria:
Financial (pass/fail); Insurance (pass/conditional pass/fail); Proceedings and Judgements (5 %); Principle Business Activity (10 %); Current / Past Contracts (10 %); Staff Levels and Recruitment (10 %); Staff Training (5 %); Quality Assurance (5 %); Equalities (5 %); Health and Safety (15 %); Environment and Sustainability (15 %); E-Business (5 %); Scope of Supply (15 %).
Submissions scores at less than 50 % of the total marks will not be shortlisted to proceed to the Invitation to Tender stage.
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
Payable documents: no
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.3)Additional information
This framework will be open for call-off contract from the following institutions, who comprise the SCAG members and associated institutions.
University of Southampton;
University Road;
Southampton;
SO17 1BJ;
Arts University Bournemouth;
Wallisdown;
Poole;
Dorset;
BH12 5HH;
Bournemouth University;
Fern Barrow;
Talbot Campus;
Poole;
Dorset;
BH12 5BB;
Southampton City College;
Saint Mary Street;
Southampton;
SO14 1AR;
Southampton Solent University;
East Park Terrace;
Southampton;
SO14 0YN;
University of Portsmouth;
Winston Churchill Avenue;
Portsmouth;
PO1 2UP;
University of Winchester;
Sparkford Road;
Winchester;
SO22 4NR.
It is also the intention of the authority to seek proposals for the provision of the Service to University of the Creative Arts, Falkner Road, Farnham, Surrey, GU9 7DS. However, these proposals will not form part of the scored element of the framework award.
Guidance for the Completion of Supplier Returns.
This tender will be conducted electronically and tender documents can be downloaded from the web portal (In-Tend) provided earlier in this notice (https://in-tendhost.co.uk/universityofsouthampton).
If you are not already registered as a supplier with In-Tend, you will need to register before accessing the tender documents.
Once you have logged in as a supplier, click on Current Tenders and locate the relevant documents by clicking on 14/PROF/94. Further instructions for the submissions of documents are below (Please note, to preserve the integrity of the procurement procedure, all queries must made be via the Correspondence section of In-Tend).
To submit your return, please follow the instructions below:
1. Log In;
2. My Tenders;
3. View Tender Details;
4. View Documents;
5. Browse and Upload each part of your return (or Zip File);
6. Once ALL your response documents are uploaded and displayed in the — My Documents for Return — use — Submit My Return.
You are only permitted to submit once.
Expressions of Interest must be by way of completion and return of the pre-qualification questionnaire via the University’s e-tendering system In-Tend by the date/time specified in IV.3.4.
VI.5)Date of dispatch of this notice: