- Scope of the procurement
- Lot 1. Non-Hazardous Commercial/Residential Waste
- Lot 2. Dry Mixed Recycling
- Lot 3. Glass Recycling
- Lot 4. Cardboard Recycling (new trial)
- Lot 5. Food Waste
- Lot 6. Confidential Waste and Paper
- Lot 7. WEEE Waste
- Lot 8. Bulky Waste (Furniture etc) and skips / Bulky mixed waste (Skips for various faculties)
- Lot 9. Mixed Metals
- Lot 10. Timber
- Lot 11. Batteries
- Lot 12. Plastics
- Lot 13. Sharps
- Lot 14. Clinical Waste
Section one: Contracting authority
one.1) Name and addresses
THE UNIVERSITY OF WESTMINSTER
309 Regent Street
LONDON
W1B2HW
Contact
Alison Sylvestre
Telephone
+44 2079115000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.westminster.ac.uk/
Buyer's address
https://www.westminster.ac.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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
Recycling and Waste Services Tender
Reference number
DN569046
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 Westminster produces over 600 tonnes of waste per annum. We require the provision of waste receptacles, collection of multiple waste streams from several university campuses and end of life solutions for our waste.
Via the tender the University of Westminster /Authorising Authority are keen to engage with SMEs for specific streams where this is deemed appropriate to obtain the best rebates and local sustainable solutions. The streams that may fall into this category are cardboard, food, WEEE, and confidential waste.
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
Non-Hazardous Commercial/Residential 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
- UK - United Kingdom
two.2.4) Description of the procurement
The Tenderer shall provide a comprehensive waste management service for non- hazardous commercial/residential waste ensuring excellent service standards and accurate management data including dates, times, lifts, weight, and costs via a pay by weight solution.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years.
The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria
Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Dry Mixed Recycling
Lot No
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
two.2.4) Description of the procurement
The Tenderer shall provide a comprehensive waste management service for clearance of DMR.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Glass Recycling
Lot No
3
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
It is envisaged that glass will be segregated across the portfolio at key locations and placed in 240 litre eurobins which the Tenderer will then clear on a prescribed basis. At the time of going to print the schedule of collection requirements is unknown but Tenderers should provide a price ideally by weight for the lifting of glass waste via 240 litre containers.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Cardboard Recycling (new trial)
Lot No
4
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Tenderers should ensure excellent service standards and accurate management data including dates, times, clearances were undertaken with weight, and costs via a pay by weight solution. The provision of accurate time of clearance, and weight data via Radio-Frequency Identification (RFID) per container to .99KG's is required. Furthermore, eurobin collections shall include a no lift, no fee stipulation and should not include rental charges.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Food Waste
Lot No
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
two.2.4) Description of the procurement
Tenderers should ensure excellent service standards and accurate management data including dates, times, clearances were undertaken with weight, and costs via a pay by weight solution. The provision of accurate time of clearance, and weight data via Radio-Frequency Identification (RFID) per container to 0.99kg is required. Furthermore, eurobin collections shall include a no lift, no fee stipulation and should not include rental charges.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Confidential Waste and Paper
Lot No
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
two.2.4) Description of the procurement
Confidential Waste and Paper (Inc. CD's, DVD's, videos, and corporate clothing that must be securely destroyed.)
The Tenderer shall ensure the provision of a comprehensive pay by weight confidential waste management service for all confidential waste streams. They shall provide excellent service standards, accurate waste data and be active partners in supporting The Contracting Authority in maintaining confidentiality and legal compliance whilst providing an overall cost-effective service.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years.
The Contract is intended to start on 2 May 2022. Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed
position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
WEEE Waste
Lot No
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
two.2.4) Description of the procurement
(excludes IT equipment) but includes fluorescent tubes, LED light fittings, and white goods.
The Tenderer shall provide a comprehensive pay by weight waste management service for WEEE waste (excluding IT, and associated equipment). Providing excellent service standards and the provision of accurate waste data including numbers and descriptions of items removed and weight data for each consignment backed up by weighbridge tickets, returned to the contract administrators office.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years.
The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Bulky Waste (Furniture etc) and skips / Bulky mixed waste (Skips for various faculties)
Lot No
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
two.2.4) Description of the procurement
The Tenderer shall provide a comprehensive pay by weight skip / Ro-Ro waste service. The services required includes but shall not be limited to the hire and servicing of skips to the company premises as required on an ad-hoc basis.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years.
The Contract is intended to start on 2 May 2022.
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search
function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender.
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Mixed Metals
Lot No
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
two.2.4) Description of the procurement
The University will produce volumes of metal from time to time and will require an enclosed storage skip for the collection of metal. Members of the contract administrators' team will arrange for a clearance of this stream on an ad-hoc basis.
This container should be delivered and then be removed when full, from the facility with a suitable rebate for the material collected. Weights for each clearance of the containers should be provided and there should be no costs for container hire or transport.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years.
The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Timber
Lot No
10
two.2.2) Additional CPV code(s)
- 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 service provider should supply an enclosed skip for wood and pallets or if alternatives are available provide suitable alternative solutions to this stream. Weight data, number of collections and monthly rebate for pallets or cost overview should be provided to the company as with all other streams.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search
function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Batteries
Lot No
11
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Batteries (household, not industrial) will be collected at several key central locations and recycled on a free of charge basis. Tenderers wishing to provide a similar service which offers the company a rebate or free of charge clearance are welcome to submit a proposal for consideration which should include weight data, management reporting and at least monthly collections.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Plastics
Lot No
12
two.2.2) Additional CPV code(s)
- 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 University wishes to trial plastic recycling in a small number of key locations via 1100 litre eurobins. If the trials are successful, they will be looking for potential Tenderers to engage with this process and build it to a cross-facility solution.
To support this process Tenderers are invited to provide prices for this solution via 1100 litre eurobins, a method statement which should include details of their end-of-life solutions and methodology for providing the service including the provision of weight data for the clearances undertaken should be included.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Sharps
Lot No
13
two.2.2) Additional CPV code(s)
- 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 contracting authority has very occasional requirements for the clearance of 1 x 5 litre sharps container as detailed under EWC 18-01-01.
Tenderers should provide the container and price for an ad-hoc clearance as and when required
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
two.2) Description
two.2.1) Title
Clinical Waste
Lot No
14
two.2.2) Additional CPV code(s)
- 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 contracting authority produces small quantities of clinical waste under EWC 18-01-03 and 18-01-04, clearances are undertaken on a request basis.
Refer to tender documents for further details.
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
It is anticipated that the new contract will be for an initial period of 3 years with an option to extend for a further period or periods up to a total of 12 months taking the contract term to a maximum of 4 years. The Contract is intended to start on 2 May 2022
Any extension to the Contract will be agreed between the University of Westminster and the Service Provider. It is likely that University will seek the Service Provider to demonstrate
improvements and/or price reductions before considering an extension.
For any extension(s) to the Contract, discussions with the Service Provider shall be conducted sufficiently far in advance of the contract expiry date to arrive at an agreed position.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Bidders will need to register for free on the Proactis ProContract procurement portal, by completing a simple registration, Once register registered bidders can use the search function under "find opportunities" to find the tender.
If Bidders do not meet one or more of the minimum requirements for each Selection Criteria Bidders will be excluded from the process. Only bidders passing all Selection Criteria will be invited to tender
Bidders must submit the Standard Questionnaire via the portal by noon 22/10/21
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
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
Reference to the relevant law, regulation or administrative provision
Must hold waste carriers licence.
Please refer to tender documents
three.2.2) Contract performance conditions
See tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
22 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 December 2021
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
University of Westminster
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly.