Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Exeter
RC000653
Northcote House
Exeter
EX4 4QH
UK
Contact person: Jo Tudor
Telephone: +44 1392723333
E-mail: j.i.tudor@exeter.ac.uk
NUTS: UK
Internet address(es)
Main address: http://www.exeter.ac.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/53042
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=84145&B=EXETER
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84145&B=EXETER
Tenders or requests to participate must be sent 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
Clinical and Chemical Waste Provision
Reference number: UOE/2024/027/JT
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
330 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90520000
90524100
90524200
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
330 000.00
GBP
II.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
II.2.9) Information about the limits on the number of candidates to be invited
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:
No
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
30/09/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2029
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
royal Court of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
29/08/2024