- Scope of the procurement
- Lot 1. On-Site Food Waste Innovation
- Lot 2. Waste Disposable Cups Collection and Disposal Service
- Lot 3. Waste Coffee Grounds Collection and Disposal Service
- Lot 4. Off Site Food Waste Collection and Disposal Service
- Lot 5. Food Waste Oil Collection and Disposal Service
- Lot 6. Catering Waste Packaging Recycling Service
- Lot 7. Compostable Packaging Waste Collection Service
- Lot 8. Food Waste Management Systems
- Lot 9. Surplus Catering Equipment
Section one: Contracting authority
one.1) Name and addresses
The University Caterers Organisation Ltd (TUCO Ltd)
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
Contact
Mandy Johnston
Telephone
+44 7415795771
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/tuco/aspx/Home
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/tuco/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/tuco/aspx/Home
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
Food Waste Management Services
Reference number
CAT11058-TU
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
TUCO Ltd are seeking suppliers who can provide innovative food waste management services. These services should be cost effective and efficient to the Universities, Colleges, and the wider Public Sector in a sustainable manner. Each Lot will be advertised for National coverage, however, regional suppliers could also apply. Suppliers must relate to the waste hierarchy when submitting for the following Lots.
Lot 1 - Lot 1 On-Site Food Waste Innovation
Lot 2 - Lot 2 Waste Disposable Cups
Lot 3 - Waste Coffee Grounds
Lot 4 - Off Site Food Waste Collection
Lot 5 – Food Waste Oil Collection and Disposal Service
Lot 6 - Catering Packaging (glass, cardboard, plastic, single use plastic, tin, tetra, etc.) Collection and Recycling Service
Lot 7 - Compostable Packaging Waste Collection Service
Lot 8 - Food Waste Management Systems
Lot 9 - Surplus Catering Equipment
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
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
On-Site Food Waste Innovation
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
TUCO Ltd seek suppliers to provide on-site innovative food waste solution to TUCO members and the wider Public Sector.
The on-site food disposal solution must divert food from landfill, help reduce waste generation and create a valuable fuel or alternative source from the output, in line with the practical application of the waste hierarchy. The system must work in line with current and future Legislation under each Country within the United Kingdom. The systems will be placed at a TUCO member site with agreed collections of the output if necessary. The system must work in line with current and future Legislation under each Country within the United Kingdom.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Waste Management
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
two.2) Description
two.2.1) Title
Waste Disposable Cups Collection and Disposal Service
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Despite an increased uptake of reusable takeaway products at member sites, disposable paper cups are still used in a large range of TUCO member business environments including Universities, school and colleges, offices, NHS departments, coffee shops, leisure venues, conference venues, hotels and many more.
Suppliers are invited to tender for the provision for a Sustainable Disposable Cup Solution to TUCO members and the wider Public Sector as part of a circular economy. The system must work in line with current and future Legislation under each Country within the United Kingdom.
The service to the member must include a collection of cups with a disposable solution to achieve zero waste to landfill.
The service may or may not include supply of cups within the process.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Waste Coffee Grounds Collection and Disposal Service
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Each year 1.8 million tonnes of carbon emissions are generated by the 500,000 tonnes of coffee waste disposed in the UK.
Suppliers are invited to tender for the provision to collect and Sustainably Dispose of Waste Coffee Grounds for TUCO members and the wider Public Sector as part of a circular economy.
Coffee ground recycling is ideal for many TUCO members offering a fresh coffee provision. The supplier will collect the waste coffee grounds and will need to explain how they dispose of/reuse the coffee grounds in a sustainable manner. The system must work in line with current and future Legislation under each Country within the United Kingdom.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Off Site Food Waste Collection and Disposal Service
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
We produce enough food across the world to wipe out global hunger, however, one-third of it goes to waste. That’s 1.3 billion tonnes of food thrown away.
The UK throws away around 9.52m tonnes of food per year. this emits 25m tonnes of CO2e, more than Kenya’s total annual emissions. Although the UK has cut down on its food waste in recent years, we still throw away an astonishing amount of edible food.
There are currently no mandatory food waste reduction targets in the UK, however Scotland plans to introduce a target of 33% by 2025.
Suppliers are invited to tender for the provision of a cost effective and efficient, sustainable food waste collection and disposal service to the Universities, colleges and the wider public sector.
The collection must help reduce waste generation, divert food from landfill and create a valuable fuel/alternative source from the output where possible, in line with the practical application of the waste hierarchy. The system must work in line with current and future Legislation under each Country within the United Kingdom.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Food Waste Oil Collection and Disposal Service
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Suppliers are invited to tender for the provision of a food waste oil collection and disposal service. The service must be provided to the very highest environmental standards to help reduce GHG emissions, tackle the climate emergency and must work in line with current and future Legislation under each Country within the United Kingdom.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Catering Waste Packaging Recycling Service
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Suppliers are invited to tender for the provision of a Catering Waste Packaging Recycling Service. The service must be provided to the very highest environmental standards to help reduce GHG emissions, tackle the climate emergency and must work in line with current and future Legislation under each Country within the United Kingdom.
Packaging is any item used for containment of goods. It also covers handling, delivery and / or presentation of goods.
There are 8 main categories are as follows:
•Paper/card (cartons, labels of certain types, layer board, paper bags etc.)
•Glass (bottles, jars)
•Aluminium (cans, aerosols, foil trays)
•Steel (cans, drums)
•Wood (pallets, dunnage)
•Tetra packs
•Plastic (bottles, pallet wrap, bags)
•Food packaging
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Compostable Packaging Waste Collection Service
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Suppliers are invited to tender for the provision of a Certified Compostable Catering Packaging Waste Service. The service must be provided to the very highest environmental standards to help reduce GHG emissions, tackle the climate emergency and must work in line with current and future Legislation under each Country within the United Kingdom.
Food packaging waste is predicted to increase as a result of an ever-increasing demand for convenience food, takeaway foods, and individual wrapping of fresh produce.
Composting is a form of recycling. Compostable disposables and packaging are designed to be recycled in an industrial composting facility together with food waste. However, some companies need the packaging collecting separately due to the exact formula needed to process food waste/packing through an in-vessel composter or other suitable and agreed process.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Food Waste Management Systems
Lot No
Lot 8
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Suppliers are invited to tender for the provision of food waste management systems. The system must weigh, analyse, and report evidence-based food waste data, whilst working in line with current and future Legislation under each Country within the United Kingdom.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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
two.2) Description
two.2.1) Title
Surplus Catering Equipment
Lot No
Lot 9
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
TUCO Ltd are seeking suppliers who can provide an innovative Surplus Catering Equipment concept to collect and dispose of/recycle, in a compliant manner, the end of use catering equipment from the TUCO member site. This should be cost effective and efficient to the Universities, Colleges and the wider Public Sector in a sustainable manner, with a potential financial return/shared revenue model. The Lot is advertised for National coverage, however, regional suppliers can also apply.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
DPS Food Waste Management Service
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See Tender Documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
See Tender Documents.
Minimum level(s) of standards possibly required
See Tender Documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
See Tender Documents.
Minimum level(s) of standards possibly required
See Tender Documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Tender 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The procurement involves a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2021
Local time
3:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 September 2021
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=617554647
GO Reference: GO-2021810-PRO-18713696
six.4) Procedures for review
six.4.1) Review body
TUCO Ltd
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
Telephone
+44 7535713054
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
TUCO Ltd
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
Telephone
+44 7535713054
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
TUCO Ltd
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
Telephone
+44 7535713054
Country
United Kingdom