Tender

(NU/1829) - Collection, Transportation, and Disposal of Wastes Arising from Human and/or Animal Related or Similar Research

  • University of Newcastle upon Tyne t/a Newcastle University

F02: Contract notice

Notice identifier: 2022/S 000-034495

Procurement identifier (OCID): ocds-h6vhtk-038b0d

Published 6 December 2022, 2:07pm



The closing date and time has been changed to:

25 January 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

University of Newcastle upon Tyne t/a Newcastle University

King's Gate

Newcastle upon Tyne

NE1 7RU

Contact

Mr Steven Hogg

Email

steven.hogg@ncl.ac.uk

Country

United Kingdom

Region code

UKC22 - Tyneside

Internet address(es)

Main address

https://www.ncl.ac.uk

Buyer's address

https://www.ncl.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/Login

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/Login

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

(NU/1829) - Collection, Transportation, and Disposal of Wastes Arising from Human and/or Animal Related or Similar Research

Reference number

DN646371

two.1.2) Main CPV code

  • 90524100 - Clinical-waste collection services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is to establish a Contract for services to collect, transport and dispose of wastes from human and/or animal healthcare and/or related research.

The objectives of the Contract are to:

• Provide a compliant, resilient, efficient, and cost-effective service , undertaking, and managing the safe collection, handling, transport, and disposal of segregated wastes from University sites to the point of final disposal.

• Achieve zero to landfill on all waste streams, including treated and non-hazardous waste.

• Reduce the carbon footprint of the University’s waste activities by moving waste up the Waste Hierarchy.

• Provide monthly accurate University specific data on waste weights, uplifts, categories, transport miles, treatment type and associated CO2 equivalent emissions.

• Support the University to train staff in ‘best practice’ waste management principles, to reduce waste and improve segregation.

• Seek to continually improve the service delivered and develop sustainable waste minimisation, reuse, and recycling opportunities wherever possible.

• Maintain and continually demonstrate full compliance with all regulatory requirements and applicable codes of practice.

The awarded contract will focus on logistical and service improvements, minimisation in environmental impact and movement up the Waste Hierarchy as well as cost efficiency.

The desired services are presented and will be awarded according to Lots. Each Lot is based around the characteristics, collection requirements or potential outcomes of the waste streams in question.

Lots will be awarded exclusively to the successful Provider; however, it is not possible or desirable to guarantee tonnages within each Lot.

Providers may tender for more than one Lot:

• Lot 1 - Hazardous healthcare and related research wastes requiring treatment prior to disposal (AT) or High Temperature Incineration (HTI)

• Lot 2 - Non-Hazardous Healthcare and Related Research Wastes (appropriate for e.g., municipal waste to energy disposal

• Lot 3 – Chemically Contaminated Laboratory Waste from Research and Teaching

Contracts will be awarded for a period of 3 years (36 months) with an option for a further two, one-year (12 month) extensions at the agreement of both parties.

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

Hazardous healthcare and related research wastes requiring treatment prior to disposal (AT) or High Temperature Incineration (HTI)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services

two.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside

two.2.4) Description of the procurement

Absolute hazardous (AH) waste type from:

• Laboratories specialising in teaching and research associated with human healthcare activities

• Laboratories and animal housing areas associated with animal related research and animal activities

• Research and Teaching activities that generate biologically and chemically contaminated waste from engineering and other departments.

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

This is a renewal of a previous contract.

Contract expected to be re-tendered in advance of expiry or following termination

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for a further two, one-year (12 month) extensions at the agreement of both parties

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

Non-Hazardous Healthcare and Related Research Wastes (appropriate for e.g., municipal waste to energy disposal

Lot No

2

two.2.2) Additional CPV code(s)

  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services

two.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside

two.2.4) Description of the procurement

Waste from laboratories, which is autoclaved on-site. The University has accepted the system that autoclaved laboratory waste can be consigned as offensive waste (as per the Department of Health Guidance, Health Technical Memorandum HTM 07-01).

The University also produces research animal waste bedding that is not contaminated with chemicals and whose collection and disposal is not subject to special requirements to prevent infection.

The University wishes to dispose of this material via an Energy from Waste facility

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

This is a renewal of a previous contract.

Contract expected to be re-tendered in advance of expiry or following termination

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for a further two, one-year (12 month) extensions at the agreement of both parties

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

Chemically Contaminated Laboratory Waste from Research and Teaching

Lot No

3

two.2.2) Additional CPV code(s)

  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services

two.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside

two.2.4) Description of the procurement

Waste from laboratories that is contaminated with residual chemicals, that are highly unlikely to meet the concentration limits or thresholds within WM3 to classify them as hazardous waste and / or contain biological elements that would not meet the definition of infectious (the definitions being ‘waste containing viable micro-organisms or their toxins which are known or reliably believed to cause disease in man or other living organisms’). This waste stream includes wipes, gloves, blue roll, culture plates, specimen packaging, empty reagent containers, trays, petri dish, plastic tubes, foil trays, plastic pipettes, single use equipment, universal containers etc. the material is contaminated with residual chemical.

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

This is a renewal of a previous contract.

Contract expected to be re-tendered in advance of expiry or following termination

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for a further two, one-year (12 month) extensions at the agreement of both parties

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 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

Originally published as:

Date

18 January 2023

Local time

12:00pm

Changed to:

Date

25 January 2023

Local time

12:00pm

See the change notice.

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 January 2023

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

University of Newcastle upon Tyne t/a Newcastle University

Newcastle upon Tyne

NE1 7RU

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) within 30 days of knowledge or constructive knowledge of breach.