Tender

Provision of Waste Management Services

  • Nottingham Trent University (NTU)

F02: Contract notice

Notice identifier: 2024/S 000-023959

Procurement identifier (OCID): ocds-h6vhtk-048658

Published 31 July 2024, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham Trent University (NTU)

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Nick Cowley

Email

nick.cowley@ntu.ac.uk

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