Contract notice

Information

Published

Expire date: 07/03/2023

External Reference: 2023-543338

FTS Reference: 2023-002344

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Universities Purchasing Consortium
N/A
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
UK
Contact person: Julie Gooch
Telephone: +44 2073072778
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.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=57863&B=LUPC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Waste Management Services (Sustainable)
Reference number:  EFM5076 LU
II.1.2)

Main CPV code

90500000  -  Refuse and waste related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

LUPC, acting as the Consortium, is working with the other Universities Purchasing Consortia (UPC) listed below, and their respective Member Institutions, to establish a National Framework Agreement for the Provision of Waste Management Services (Sustainable) across England, Wales, and Northern Ireland.
Member Institutions of the following consortia will be able to use this Framework Agreement;http://
www.hepcw.ac.uk/members/
http://www.lupc.ac.uk/list-of-members.html
http://www.neupc.ac.uk/our-members
http://www.nwupc.ac.uk/our-members
http://www.supc.ac.uk/about-us/our-members/our-members
https://www.tuco.ac.uk/about/our-members
https://www.thecpc.ac.uk/members/
II.1.5)

Estimated total value

Value excluding VAT: 100000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Bidders may bid and be awarded the following combination of Lots: Bidders bidding for Lots 1 and 2, can only bid and be awarded for Lot 1, Lot 2 or both Lots 1 and 2, but no further lots. Bidders bidding for Lots 3 and 4, can only bid and be awarded for Lot 3, Lot 4 or both Lots 3 and 4, but no further lots. Bidders bidding for Lot 5, can only bid, and be awarded for Lot 5.
II.2)

Description

II.2.1)

Title

Lot 1: Total waste management
Lot No:  1
II.2.2)

Additional CPV code(s)

90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The management of all waste streams (collection and disposal) produced by a Member Institution, including but not limited to General waste, dry mixed recyclables, food, green (garden and grounds), bulk non-hazardous, wood and metal, hazardous, chemical, WEEE, clinical, pharmaceutical, radioactive, and confidential waste
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:  
12 month extension option.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
II.2.14)

Additional information

Attached as document.
II.2)

Description

II.2.1)

Title

Lot 2: General & recycling waste services
Lot No:  2
II.2.2)

Additional CPV code(s)

90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
90500000  -  Refuse and waste related services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The management of General and recycling waste streams (collection and disposal) produced by a Member Institution, including but not limited to General waste, dry mixed recyclables, food, green (garden and grounds), bulk non-hazardous, wood and metal.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:  
12 month extension option
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 3: Hazardous, Chemical and Radioactive waste
Lot No:  3
II.2.2)

Additional CPV code(s)

90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90500000  -  Refuse and waste related services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Includes the collection, disposal and treatment of all hazardous, chemical and radioactive waste.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:  
12 month extension option
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 4: Clinical & Pharmaceutical Waste
Lot No:  4
II.2.2)

Additional CPV code(s)

90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Includes the collection, disposal and treatment of all clinical and pharmaceutical waste.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:  
12 month extension option
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Lot 5: Confidential Waste
Lot No:  5
II.2.2)

Additional CPV code(s)

90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Includes the collection and destruction of all confidential waste
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:  
12 month extension option
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Various projects funded by EU in research institutions in the UK.
It is anticipated that some of the future call-off contracts under this framework will be part or
fully funded from external streams, including European Union (EU) funding (ERDF/ESF) and
potentially other research bodies.
II.2.14)

Additional information

Attached as document

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  40
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-017111
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/03/2023
Local time:  23:59
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  01/03/2023
Local time:  23:59

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

LUPC
Shropshire House, 179 Tottenham court Road
London
W1T 7NZ
UK