Section one: Contracting authority
one.1) Name and addresses
Cardiff Metropolitan University
Llandaff campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
Contact
Sarah Hampson-Jones
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