Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Waste Management and Associated Services.

  • First published: 20 May 2017
  • Last modified: 20 May 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
University of Surrey
Authority ID:
AA21568
Publication date:
20 May 2017
Deadline date:
03 July 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To cover the provision of waste management services across the University of Surrey campus.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


University of Surrey

Senate House, Stag Hill

Guildford

GU2 7XH

UK

Patrick Robinson

+44 1483684226

p.d.robinson@surrey.ac.uk


https://www.surrey.ac.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Waste Management and Associated Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance



UKJ23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

To cover the provision of waste management services across the University of Surrey campus.

II.1.6)

Common Procurement Vocabulary (CPV)

34928480
90511000
90514000
90533000
90500000
44613700

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

3 500 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

84

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

None.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

All financial conditions and payment arrangements will be set out in the tender documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

No specific legal form is required.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The performance of the contract is subject to key performance indicators to be agreed at contract award stage.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial capacity





III.2.3)

Technical capacity


As specified in the tender documents.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

397/PR

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 03-07-2017

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 18-05-2017

ANNEX B

Information About Lots

1     Hazardous Chemical Waste

1)

Short Description

Waste produced across all hazard classes including occasional Class 1.

Class 6.2 Infectious and Class 7 Radioactive are separate lots in this tender.

2)

Common Procurement Vocabulary (CPV)

90520000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Clinical Waste

1)

Short Description

Majority of waste produced is human healthcare research related but a growing proportion of the waste is animal origin (APB and animal health research).

2)

Common Procurement Vocabulary (CPV)

90524000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Radioactive Waste

1)

Short Description

VLLW waste described in schedule 3 of EA permit.

2)

Common Procurement Vocabulary (CPV)

90520000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     General Waste and Recycling

1)

Short Description

Waste and recyclable material produced from academic, non-academic and residential buildings and properties across Stag Hill and Manor Park campuses.

2)

Common Procurement Vocabulary (CPV)

34928480
44613700
90533000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Waste Electrical and Electronic Equipment (WEEE)

1)

Short Description

Wide range of electrical equipment (mainly excluding IT) from academic non- academic and residential buildings, including Fluorescent tubes, batteries.

2)

Common Procurement Vocabulary (CPV)

90513000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Food Waste

1)

Short Description

Food waste produced from academic, non-academic and residential buildings and catering outlets.

2)

Common Procurement Vocabulary (CPV)

90513000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90514000 Refuse recycling services Refuse disposal and treatment
44613700 Refuse skips Large containers
34928480 Waste and rubbish containers and bins Road furniture
90533000 Waste-tip management services Operation of a refuse site

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
p.d.robinson@surrey.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.