Tender

Clinical and Chemical Waste Provision

  • University of Exeter

F02: Contract notice

Notice identifier: 2024/S 000-027552

Procurement identifier (OCID): ocds-h6vhtk-049647

Published 29 August 2024, 12:19pm



Section one: Contracting authority

one.1) Name and addresses

University of Exeter

Northcote House

Exeter

EX4 4QH

Contact

Jo Tudor

Email

j.i.tudor@exeter.ac.uk

Telephone

+44 1392723333

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

RC000653

Internet address(es)

Main address

http://www.exeter.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/53042

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=84145&B=EXETER

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=84145&B=EXETER

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

Clinical and Chemical Waste Provision

Reference number

UOE/2024/027/JT

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 Exeter generates hazardous waste from various departments, including laboratories, estates, and grounds teams which is sent for disposal by incineration, and chemical waste which is collected for off-site disposal and/or recycling. Clinical waste is generated across the estate which is sent for waste to energy incineration. Suppliers should note that The University views waste as a resource, and the University wishes to realise any available revenue from such.  In addition, flexible approaches during the contract period and suggestions of alternative collection and disposal methods will be welcomed. This means that we want to work in partnership with our waste Supplier(s), recognising the commercial benefits of this approach to all parties.

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The University of Exeter generates hazardous waste from various departments, including laboratories, estates, and grounds teams which is sent for disposal by incineration, and chemical waste which is collected for off-site disposal and/or recycling. Clinical waste is generated across the estate which is sent for waste to energy incineration.

The key objectives to the University when undertaking the tender process for a waste and recycling provider(s) are:

1. To ensure that waste providers fulfil all legal requirements relating to waste management and support the University in maintaining full compliance.

2. To work with proactive and innovative providers to maintain zero waste to landfill within the scope of this contract.

3. To ensure that the University receives a service that gives both value for money and the flexibility to grow and develop in line with the University’s future goals.

4. To work with providers who are able to deliver up to date and accurate management information both on waste and recycling rates.

5. Engage with providers who will proactively help the University to raise its recycling rates through more efficient and innovative processes.

Suppliers should note that The University views waste as a resource, and the University wishes to realise any available revenue from such.  In addition, flexible approaches during the contract period and suggestions of alternative collection and disposal methods will be welcomed. This means that we want to work in partnership with our waste Supplier(s), recognising the commercial benefits of this approach to all parties.

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: £330,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3 individual twelve monthly extensions

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.2.14) Additional information

Attached as document


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

30 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

30 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: 2029

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

royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom