Opportunity

Waste Management Services (Sustainable)

  • London Universities Purchasing Consortium

F02: Contract notice

Notice reference: 2023/S 000-002344

Published 25 January 2023, 4:54pm



The closing date and time has been changed to:

7 March 2023, 11:59pm

See the change notice.

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

Email

j.gooch@lupc.ac.uk

Telephone

+44 2073072778

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.lupc.ac.uk

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://

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

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