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

Waste Management Services

  • First published: 12 February 2018
  • Last modified: 12 February 2018
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Anglia Ruskin University
Authority ID:
AA24160
Publication date:
12 February 2018
Deadline date:
09 March 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Anglia Ruskin University (ARU) seeks an experienced Contractor to provide waste management services at its Cambridge Campus to include collection, transfer and recovery/disposal services. The requirement includes general, food and dry recycling waste in mobile bins. The waste types included in the scope of this Contract are:

A. General waste.

B. Core recycling, comprising:

— glass,

— cardboard & paper,

— plastic,

— metal (consumer, e.g. aluminium drinks and food cans, aluminium foil).

C. Other recycling, comprising:

— composites (e.g. disposable coffee cups, cartons, sandwich packaging),

— food (from on-site catering facilities).

Waste types excluded from the scope of this Contract are:

— electrical items covered by the WEEE regulations,

— chemical and other hazardous items,

— confidential items,

— sanitary and other clinical items,

— bulky waste collections i.e. skips.

The potential contractor is required to provide and maintain all equipment necessary for the provision of the Services. We are seeking a pay by lift contract with a provision for weight data for each lift. The potential contractor's vehicles must be capable of recording actual weights at the time of collection. The potential contractor will work with the university to identify innovative waste minimisation and zero landfill solutions.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Anglia Ruskin University

Bishop Hall Lane

Chelmsford

CM1 1SQ

UK

Contact person: procurement@anglia.ac.uk

E-mail: procurement@anglia.ac.uk

NUTS: UKH1

Internet address(es)

Main address: www.anglia.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/angliaruskinuniversity/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/angliaruskinuniversity/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/angliaruskinuniversity


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

Waste Management Services

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Anglia Ruskin University (ARU) seeks one or more experienced Contractors to provide waste management services at its campuses in Cambridge, Chelmsford and Peterborough. The contracts are being offered as separate lots within the tender process. It is accepted that different service providers may win each lot.

The requirement includes general, food and dry recycling waste in mobile bins, as one lot per campus.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Waste Management Services Cambridge

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKH1


Main site or place of performance:

Anglia Ruskin University, East Road, Cambridge CB1 1PT.

II.2.4) Description of the procurement

Anglia Ruskin University (ARU) seeks an experienced Contractor to provide waste management services at its Cambridge Campus to include collection, transfer and recovery/disposal services. The requirement includes general, food and dry recycling waste in mobile bins. The waste types included in the scope of this Contract are:

A. General waste.

B. Core recycling, comprising:

— glass,

— cardboard & paper,

— plastic,

— metal (consumer, e.g. aluminium drinks and food cans, aluminium foil).

C. Other recycling, comprising:

— composites (e.g. disposable coffee cups, cartons, sandwich packaging),

— food (from on-site catering facilities).

Waste types excluded from the scope of this Contract are:

— electrical items covered by the WEEE regulations,

— chemical and other hazardous items,

— confidential items,

— sanitary and other clinical items,

— bulky waste collections i.e. skips.

The potential contractor is required to provide and maintain all equipment necessary for the provision of the Services. We are seeking a pay by lift contract with a provision for weight data for each lift. The potential contractor's vehicles must be capable of recording actual weights at the time of collection. The potential contractor will work with the university to identify innovative waste minimisation and zero landfill solutions.

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: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further 24 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Waste Managemenet Services Chelmsford

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKH3


Main site or place of performance:

Anglia Ruskin University, Bishop Hall Lane, Chelmsford CM1 1SQ.

II.2.4) Description of the procurement

Anglia Ruskin University (ARU) seeks an experienced Contractor to provide waste management services at its Cambridge Campus to include collection, transfer and recovery/disposal services. The requirement includes general, food and dry recycling waste in mobile bins. The waste types included in the scope of this Contract are:

A. General waste.

B. Core recycling, comprising:

— glass,

— cardboard & paper,

— plastic,

— metal (consumer, e.g. aluminium drinks and food cans, aluminium foil).

C. Other recycling, comprising:

— composites (e.g. disposable coffee cups, cartons, sandwich packaging),

— food (from on-site catering facilities).

Waste types excluded from the scope of this Contract are:

— electrical items covered by the WEEE regulations,

— chemical and other hazardous items,

— confidential items,

— sanitary and other clinical items,

— bulky waste collections i.e. skips.

The potential contractor is required to provide and maintain all equipment necessary for the provision of the Services. We are seeking a pay by lift contract with a provision for weight data for each lift. The potential contractor's vehicles must be capable of recording actual weights at the time of collection. The potential contractor will work with the university to identify innovative waste minimisation and zero landfill solutions.

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: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further 24 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Waste Management Services Peterborough

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKH11


Main site or place of performance:

Anglia Ruskin University, Guild House, Swain Court, Oundle Road, Peterborough PE2 9PW.

II.2.4) Description of the procurement

Anglia Ruskin University (ARU) seeks an experienced Contractor to provide waste management services at its Cambridge Campus to include collection, transfer and recovery/disposal services. The requirement includes general, food and dry recycling waste in mobile bins. The waste types included in the scope of this Contract are:

A. General waste.

B. Core recycling, comprising:

— glass,

— cardboard & paper,

— plastic,

— metal (consumer, e.g. aluminium drinks and food cans, aluminium foil).

C. Other recycling, comprising:

— composites (e.g. disposable coffee cups, cartons, sandwich packaging),

— food (from on-site catering facilities).

Waste types excluded from the scope of this Contract are:

— electrical items covered by the WEEE regulations,

— chemical and other hazardous items,

— confidential items,

— sanitary and other clinical items,

— bulky waste collections i.e. skips.

The potential contractor is required to provide and maintain all equipment necessary for the provision of the Services. We are seeking a pay by lift contract with a provision for weight data for each lift. The potential contractor's vehicles must be capable of recording actual weights at the time of collection. The potential contractor will work with the university to identify innovative waste minimisation and zero landfill solutions.

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: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further 24 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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:

As detailed in the Selection Questionnaire document.

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

Restricted 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: 09/03/2018

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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

Anglia Ruskin University

Bishop Hall Lane

Chelmsford

CM1 1SQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Anglia Ruskin University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2015 (SI 2015 nº 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) within 30 days of knowledge or constructive knowledge of breach.

VI.5) Date of dispatch of this notice

06/02/2018

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

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:
procurement@anglia.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.