UK-Leeds: Refuse and waste related services.

UK-Leeds: Refuse and waste related services.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Purchasing Office, Worsley Building (Level 11), Clarendon Way, Leeds, LS2 9LU, United Kingdom
Tel. +44 1133433916, Email: j.c.jordan@adm.leeds.ac.uk
Contact: Joanne Jordan MCIPS
Main Address: https://neupc.delta-esourcing.com/delta/respondToList.html?noticeId=748398673
NUTS Code: UKE42
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/delta/respondToList.html?noticeId=748398673
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: The Provision of an Overarching Waste Contractor
Reference Number: PE2022-23/1718
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 intends to enter into a contractual relationship with a service provider that can provide an innovative solution, supporting the University in meeting its current and future objectives in relation to sustainable waste management, recycling and circularity. The University of Leeds intends to appoint a Waste Contractor to mange waste streams at the University.
II.1.5) Estimated total value:
Value excluding VAT: 1,900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The University of Leeds is a large, multi-site campus. The University shares buildings, assets and facilities with partners including, but not limited to, NHS facilities. The University has approximately 23 waste streams or agreements currently with an overall estimated annual cost in the region of £570k (2018/19 figures). These vary in risk and volume.

Following the approval of the University of Leeds Climate Plan in November 2021, seven principles were brought to life through a University-wide collaboration between the sustainability Service, professional Services, students and academic colleagues. It maps out how the University will deliver key climate commitments, including reducing greenhouse gas emissions, supporting a net zero city, delivering sustainable travel, enabling responsible investment, shaping institutional decision-making, and refocusing research and education.

The plan also carefully considers how to achieve resilience to the impacts of climate change across University operations and supports a just transition – ensuring that all groups and members of the University community are considered and accounted for on the journey to a low carbon future. ​

In line with the Climate Plan the University is looking to minimise, rationalise and simplify the Wastes produced into Waste types which can be easily reprocessed into closed (remanufacture) or open loop (reprocessing) solutions keeping materials used to a minimum. Using innovative solutions to enhance the climate reputation of the University whilst providing a trailblazing enhanced campus experience for all users.

The University requires an overarching Contractor to manage the collection, transport, treatment (or disposal) and reporting of its Wastes directly or via Sub-Contractors, in a legally compliant manner; to deliver environmental and economic savings year-on-year and provide clear, consistent, timely reporting (financial, performance and environmental).
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Fulfilment of Contract / Weighting: 40
Quality criterion - Name: Health, Safety and Compliance / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 15

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 1,900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: A renewal will be required after this initial contract period. This will be re-tendered after the 2 +1 +1.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
All waste providers will comply with all UK legal requirements (and any changes) required by law under this service.
III.2.2) Contract performance conditions
Information relating to contract performance is detailed in the tender documents.
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: Yes

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: 2022/S 000 - 030005
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/02/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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:
Duration in month(s): 3



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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Refuse-and-waste-related-services./47963PC8M6

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/47963PC8M6
VI.4) Procedures for review
VI.4.1) Review body:
University of Leeds
Purchasing Office, Worsley Building (Level 11) Clarendon Way, Leeds, LS2 9LU, United Kingdom
Tel. +44 1133433916, Email: j.c.jordan@adm.leeds.ac.uk
VI.4.2) Body responsible for mediation procedures:
University of Leeds
Purchasing Office, Worsley Building (Level 11), Leeds, LS2 9LU, United Kingdom
Tel. +44 1133433916, Email: j.c.jordan@adm.leeds.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
University of Leeds
Leeds, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 12/01/2023

Annex A