Section one: Contracting authority
one.1) Name and addresses
Nottingham Trent University (NTU)
50 Shakespeare Street
Nottingham
NG1 4FQ
Contact
Nick Cowley
Telephone
+44 1158486538
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
GB 277399933
Internet address(es)
Main address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84206&B=NTU
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84206&B=NTU
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
Provision of Waste Management Services
Reference number
NTU/23/2522/NC
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender process seeks an efficient, high quality waste collection and recycling management service, conducted in an environmentally sound and sustainable manner. The requirements are divided into the following Lots: Lot 1 - Scheduled Trade Waste Management Services. Award to 1 supplier. Lot 2 - Construction / Ad Hoc Waste Management Services. Award to 1 supplier. A supplier can secure either Lot 1, Lot 2 or both.
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
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
Provision of Waste Management Services
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
Main site or place of performance
Nottingham
two.2.4) Description of the procurement
This tender process seeks an efficient, high quality waste collection and recycling management service, conducted in an environmentally sound and sustainable manner. The requirements are divided into the following Lots: Lot 1 - Scheduled Trade Waste Management Services. Award to 1 supplier. Lot 2 - Construction / Ad Hoc Waste Management Services. Award to 1 supplier. A supplier can secure either Lot 1, Lot 2 or both.
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: £1,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Contracts will be retendered upon expiry.
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
Provision of Waste Management Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
Main site or place of performance
Nottingham
two.2.4) Description of the procurement
This tender process seeks an efficient, high quality waste collection and recycling management service, conducted in an environmentally sound and sustainable manner. The requirements are divided into the following Lots: Lot 1 - Scheduled Trade Waste Management Services. Award to 1 supplier. Lot 2 - Construction / Ad Hoc Waste Management Services. Award to 1 supplier. A supplier can secure either Lot 1, Lot 2 or both.
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: £375,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Contracts will be retendered upon expiry.
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.1.2) 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
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
2 September 2024
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
Tender must be valid until: 2 November 2024
four.2.7) Conditions for opening of tenders
Date
2 September 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom