Tender

Waste and Recycling Management Services

  • Cardiff Metropolitan University

F02: Contract notice

Notice identifier: 2022/S 000-006327

Procurement identifier (OCID): ocds-h6vhtk-031f50

Published 8 March 2022, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Metropolitan University

Llandaff campus, Western Avenue, Llandaff

Cardiff

CF5 2YB

Contact

Sarah Hampson-Jones

Email

tenders@cardiffmet.ac.uk

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.cardiffmet.ac.uk/procurement/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/cardiffmet/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/cardiffmet/aspx/Home

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 and Recycling Management Services

Reference number

ITT/22/02

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Cardiff Metropolitan University is looking to appoint a contractor to deliver waste and recycling management services, covering all required waste streams across all of the University's campuses, as identified in the Tender Documents.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff

two.2.4) Description of the procurement

The University is looking to appoint a contractor to deliver waste and recycling management services, covering all required waste streams across all campuses, in accordance with the requirement and provision contained within the tender documents.

As a large, multi-disciplinary organisation, the University generates various forms of waste that requires removal off-site.

The University currently has 3 waste categories:

- waste that cannot be recycled,

- recyclable waste (DMR - dry mixed recycling; glass; paper; and food waste)

- hazardous/clinical waste

Whilst this approach has enabled the University to achieve a recycling rate of around 60% of total waste produced, as well as total landfill avoidance against its benchmark year of 2013/14, the focus now is to seek an efficient, customer focused and innovative, quality non-hazardous (general domestic) waste and recycling collection service.

The service must support the University’s ability to deliver upon Welsh Government targets, up to and including 2030.

The University aims to be a Net Zero Carbon organisation by 2030 and increasing our recycling rates to at least 70% by 2025 (or earlier) and therefore, we wish to ensure all opportunities to reduce our environmental impacts are fully delivered and are interested in innovative ways of improving all elements of the Service and/or delivering efficiencies.

In submitting a bid, contractors must include for the supply of all labour, externally placed waste containers (e.g. wheelie/static containers/ bins), materials, transport and associated facilities to ensure the effective delivery of the service.

In further recognition of the importance of all forms of sustainability, the University, in conjunction with the other Welsh HEI’s that are members of the Higher Education Purchasing Consortium Wales (‘HEPCW’), have adopted the NetPositiveFutures sustainability portal. This portal enables and assists suppliers to organisations such as Cardiff Met to develop and enhance their sustainability action plans. The portal also tracks progress against those plans and helps promote the achievements made.

Please see a link to this portal below:

https://supplierengagementhe.net-positive.org

It is a condition of award for the successful contractor to register and create an action plan on this portal prior to the commencement of any work. If your organisation is already registered on the portal, please ensure that only one action plan is submitted, to avoid duplication.

The University also uses SafeContractor to verify the compliance of its contractors. As the leading UK Health and Safety accreditation, SafeContractor provides peace of mind that contractors are pre-approved to carry out the work activities, with up-to-date insurance, as well as other regulated areas such as GDPR, modern slavery, anti-bribery and more (where relevant). These checks are carried out, on the University’s behalf annually and the University will have visibility of this through an online system, which allows us to view the documents and responses. It is a condition of award for the successful contractor to become SafeContractor accredited following award of contract. There is an annual cost for this accreditation, however this is dependent on the size of the contractor’s organisation. This cost will be borne by the contractor. For further information, please go to www.safecontractor.com

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2022

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

Two, one year contract extensions are available subject to performance and allied to the University's sustainable development requirements. A 3 year contract with two options.

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: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 April 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

13 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at

https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=104973.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s

economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental

considerations.

The Community Benefits included in this contract are:

non-core. Contractors are required to outline a Community Benefits Plan as part of their tender submission and reporting on this will form part of the contract management process with the successful Contractor.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=119308.

(WA Ref:119308)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom