- Scope of the procurement
- 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
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
Country
United Kingdom
Region code
UKC22 - Tyneside
Internet address(es)
Main address
Buyer's address
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.