Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF YORK
Heslington
YORK
YO105DD
Contact
Rob Allan
Telephone
+44 1904328214
Country
United Kingdom
Region code
UKE21 - York
Charity Commission (England and Wales)
https://www.universitiesuk.ac.uk/
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/york/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/york/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/york/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
Laboratory Waste Collection and Disposal
Reference number
UY/PROC/1017
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of York is wishing to appoint suitable contractor(s) to collect, process and dispose of its laboratory waste (Chemical, offensive, and hazardous clinical).
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Chemical Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
University of York, Heslington Yok.
two.2.4) Description of the procurement
Collection and safe treatment and disposal of chemical waste from laboratory (teaching and research) work. Collection from a single location at the University o York, Heslington, York.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
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
2+2 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Offensive Waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
University of York, Heslington, York.
two.2.4) Description of the procurement
Collection and disposal of offensive waste from the University of York.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
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
2+2 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Hazardous Clinical Waste
Lot No
3
two.2.2) Additional CPV code(s)
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 90524400 - Collection, transport and disposal of hospital waste
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
University of York, Heslington, York
two.2.4) Description of the procurement
Collection and safe treatment and disposal of hazardous clinical waste from the University of York.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000
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
2+2 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the tender documents and Selection Questionnaire.
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
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
26 July 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 July 2023
Local time
12:01pm
Place
Opened electronically using the In-Tend portal.
Information about authorised persons and opening procedure
Rob Allan, Procurement Category Manager (Procurement Office)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 Years from the date of this notice, or 7 years from the date of this notice should the 2+2 year extension term be taken.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
University of Yok
Heslington
York
YO10 5DD
Country
United Kingdom