UK-Lincoln: Refuse and waste related services.

UK-Lincoln: Refuse and waste related services.
Section I: Contracting Authority
I.1) Name and addresses
University of Lincoln
Brayford Pool, Lincoln, LN6 7TS, United Kingdom
Tel. +44 1522886696, Email: dgolds@lincoln.ac.uk
Contact: Daniel Golds
Main Address: https://www.lincoln.ac.uk
NUTS Code: UKF3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://neupc.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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
Reference Number: 313
II.1.2) Main CPV Code:
90500000 - Refuse and waste related services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University of Lincoln is procuring waste management services for its Brayford, Riseholme and Holbeach campuses. The services shall include a fully managed and cost-effective waste collection and treatment service, which shall consist of general waste and recycling, along with other non-hazardous and hazardous waste streams. The successful supplier shall actively assist the University in increasing sustainability, which shall include reducing overall waste production and increasing recycling rates.
II.1.5) Estimated total value:
Value excluding VAT: 360,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
90000000 - Sewage-, refuse-, cleaning-, and environmental services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
90514000 - Refuse recycling services.
90520000 - Radioactive-, toxic-, medical- and hazardous waste services.
90523000 - Toxic waste disposal services except radioactive waste and contaminated soil.

II.2.3) Place of performance:
UKF3 Lincolnshire

II.2.4) Description of procurement: The University is seeking to award a contract for waste management services, which shall primarily include general waste and recycling collection and disposal/treatment, but will also involve other non-hazardous and hazardous streams. Collections shall either be on a regular or ad-hoc basis. The successful tenderer shall be required to actively assist the University in increasing sustainability.

The contract will run for a period of 3 years commencing 01/09/2021. There will be an option for the University to extend the contract by up to two years (taking the maximum contract period to a total of 5 years).
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: There will be an option for the University to extend the contract by up to two years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
In support of the University's strategic objectives to have employable and successful graduates, the successful tenderer will be required to deliver the Careers and Employability Schedule included within the contract terms and conditions.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/04/2021 Time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 16/04/2021
Time: 11:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Lincoln:-Refuse-and-waste-related-services./66739VV8R4

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/66739VV8R4
VI.4) Procedures for review
VI.4.1) Review body:
University of Lincoln
Brayford Pool, Lincoln, LN6 7TS, United Kingdom
Tel. +44 1522886696
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum of 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to applicants of the award decisions.
This notification will provide the information that tenderers are legally entitled to regarding the award decision. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/03/2021

Annex A