Section one: Contracting authority
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
Contact
Julie Gooch
Telephone
+44 2073072778
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57863&B=LUPC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57863&B=LUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Management Services (Sustainable)
Reference number
EFM5076 LU
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.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://
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
https://www.thecpc.ac.uk/members/
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of 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.
two.2) Description
two.2.1) Title
Lot 1: Total waste management
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension option.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
two.2.14) Additional information
Attached as document.
two.2) Description
two.2.1) Title
Lot 2: General & recycling waste services
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The management of General and recycling 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies
two.2.14) Additional information
Attached as document
two.2) Description
two.2.1) Title
Lot 3: Hazardous, Chemical and Radioactive waste
Lot No
3
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes the collection, disposal and treatment of all hazardous, chemical and radioactive waste.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
two.2.14) Additional information
Attached as document
two.2) Description
two.2.1) Title
Lot 4: Clinical & Pharmaceutical Waste
Lot No
4
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes the collection, disposal and treatment of all clinical and pharmaceutical waste.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
two.2.14) Additional information
Attached as document
two.2) Description
two.2.1) Title
Lot 5: Confidential Waste
Lot No
5
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90512000 - Refuse transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes the collection and destruction of all confidential waste
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
two.2.14) Additional information
Attached as document
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 40
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-017111
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
1 March 2023
Local time
11:59pm
Changed to:
Date
7 March 2023
Local time
11:59pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 March 2023
Local time
11:59pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
LUPC
Shropshire House, 179 Tottenham court Road
London
W1T 7NZ
Country
United Kingdom