Waste Management Services Tender for Universities Across the UK
National Framework Agreement for the Provision of Waste Management Services (Sustainable) across England, Wales, and Northern Ireland.
United Kingdom-London: Refuse and waste related services
2018/S 179-405925
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
United Kingdom
Telephone: +44 2073072760
E-mail: s.picken@lupc.ac.uk
NUTS code: UK
I.1)Name and addresses
Reading
United Kingdom
E-mail: s.picken@lupc.ac.uk
NUTS code: UKInternet address(es):Main address: www.supc.ac.uk
I.1)Name and addresses
Leeds
United Kingdom
E-mail: s.picken@lupc.ac.uk
NUTS code: UKInternet address(es):Main address: www.neupc.ac.uk
I.1)Name and addresses
Cardiff
United Kingdom
E-mail: s.picken@lupc.ac.uk
NUTS code: UKInternet address(es):Main address: www.hepcw.ac.uk
I.1)Name and addresses
Manchester
United Kingdom
E-mail: s.picken@lupc.ac.uk
NUTS code: UKInternet address(es):Main address: www.hepcw.ac.uk
I.1)Name and addresses
Manchester
United Kingdom
E-mail: s.picken@lupc.ac.uk
NUTS code: UKInternet address(es):Main address: www.tuco.ac.uk
I.2)Information about joint procurement
English
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Waste Management Services (Sustainable)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
LUPC, acting as the Consortium, is working with the other Universities Purchasing Consortia (UPC) listed below, and their respective Member Institutions, to establish a National Framework Agreement for the Provision of Waste Management Services (Sustainable) across England, Wales, and Northern Ireland.
Member Institutions of the following consortia will be able to use this Framework Agreement;http://www.hepcw.ac.uk/members/
http://www.lupc.ac.uk/list-of-members.html
http://www.neupc.ac.uk/our-members
http://www.nwupc.ac.uk/our-members
http://www.supc.ac.uk/about-us/our-members/our-members
https://www.tuco.ac.uk/about/our-members
This agreement will be open to Members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the Public Contracts Regulations 2015.
II.1.5)Estimated total value
II.1.6)Information about lots
Bidders may bid and be awarded the following combination of Lots:
Bidders bidding for Lots 1 and 2, can only bid and be awarded for Lot 1, Lot 2 or both Lots 1 and 2, but no further lots.
Bidders bidding for Lots 3 and 4, can only bid and be awarded for Lot 3, Lot 4 or both Lots 3 and 4, but no further lots.
Bidders bidding for Lot 5, can only bid and be awarded for Lot 5.
II.2.1)Title:
Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot includes the management of all waste streams (collection and disposal) produced by a Member Institution, including but not limited to General waste, dry mixed recyclables, food, green (garden and grounds), bulk non-hazardous, wood and metal, hazardous, chemical, WEEE, clinical, pharmaceutical, radioactive, and confidential waste.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 extensions of 12 months, subject to satisfactory performance
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
To be determined by the individual Member Institution
II.2.1)Title:
Lot 2 — Total Waste Management (London)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot includes the management of all waste streams produced by a Member Institution, including but not limited to General waste, dry mixed recyclables, food, green (garden and grounds), bulk non-hazardous, wood and metal, hazardous, chemical, WEEE, clinical, pharmaceutical, radioactive, and confidential waste.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 extensions of 12 months subject to satisfactory performance
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
To be determined by the individual member institution
II.2.1)Title:
Lot 3 — Hazardous, Chemical and Radioactive Waste (England, Wales and NI)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot includes the collection and disposal of all hazardous, chemical and radioactive waste.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two extensions of 12 months subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
To be determined by the individual member institution
II.2.1)Title:
Lot 4 — Clinical and Pharmaceutical Waste (England, Wales and NI)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot includes the collection and disposal of all clinical and pharmaceutical waste.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 extensions of 12 months subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
To be determined by the individual member institutions
II.2.1)Title:
Lot 5 — Confidential Waste (England, Wales and NI)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot includes the collection and destruction of all confidential waste
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two extensions of 12 months subject to satisfactory performance
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
To be determined by individual member institution
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Bidders bidding for Lots 1 and 2, can only bid and be awarded for Lot 1, Lot 2 or both Lots 1 and 2, but no further lots.
Bidders bidding for Lots 3 and 4, can only bid and be awarded for Lot 3, Lot 4 or both Lots 3 and 4, but no further lots.
Bidders bidding for Lot 5, can only bid and be awarded for Lot 5.
Lots 1, 3, 4 and 5 — the 3 contract examples that you provide will need to be examples that cover 3 of the following 11 regions between them; North East (UKC), North West (UKD), Yorkshire and Humber (UKE), East Midlands (UKF), West Midlands (UKG), East of England (UKH), London (UKI), South East (UKJ), South West (UKK), Wales (UKL), Northern Ireland (UKN) as defined by The Nomenclature of Territorial Units for Statistics (NUTS 1 Statistical Regions of the UK
Lot 2 — contract examples provided must cover contracts carried out in London. Only contracts that operate in London will be scored.
Please see SQ and ITT documents for full pass/fail criteria.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
18 months to 42 months after the contract award, depending on whether extension periods are taken up.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: