University of the Arts London: University of the Arts London Waste Management Services

  University of the Arts London has published this notice through Delta eSourcing

Notice Summary
Title: University of the Arts London Waste Management Services
Notice type: Contract Notice
Authority: University of the Arts London
Nature of contract: Services
Procedure: Restricted
Short Description: 1. The University is seeking to appoint a waste management service provider for the removal and disposal of the varied waste streams across all its 21 sites in and around London. 2. It will be an essential requirement of this contract that collections are made on a regular scheduled basis. 3. There are currently eight identifiable waste streams within the scope of the University’s requirement for the provision of waste management: 3.1. General waste; 3.2. Mixed recyclables; 3.3. Confidential waste; 3.4. Hazardous waste; 3.5. Food Waste; 3.6. Waste Electrical and Electronic Equipment (WEEE) waste, to include refrigeration equipment; 3.7. Waste Luminaries; 3.8. Green Waste. 4. Prospective suppliers wishing to participate must follow the instructions contained in this notice; and refer to Section VI – VI.3: “Complementary Information” on how to register your expression of interest and access the preliminary service description document.
Published: 07/03/2013 20:00

View Full Notice

UK-London: Refuse and waste related services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The University of the Arts London
      1 Granary Square, 5th Floor, Granary Building,, London, N1C 4AA, United Kingdom
      Tel. +44 2075148401, Email: r.lallmahamood@arts.ac.uk, URL: http://www.arts.ac.uk, URL: www.arts.ac.uk
      Contact: Procurement Department (5th Floor), Attn: Mr. A.R.Lallmahamood (MCIPS)
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: University of the Arts London Waste Management Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 16

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Refuse and waste related services. 1. The University is seeking to appoint a waste management service provider for the removal and disposal of the varied waste streams across all its 21 sites in and around London.
2. It will be an essential requirement of this contract that collections are made on a regular scheduled basis.
3. There are currently eight identifiable waste streams within the scope of the University’s requirement for the provision of waste management:
3.1. General waste;
3.2. Mixed recyclables;
3.3. Confidential waste;
3.4. Hazardous waste;
3.5. Food Waste;
3.6. Waste Electrical and Electronic Equipment (WEEE) waste, to include refrigeration equipment;
3.7. Waste Luminaries;
3.8. Green Waste.
4. Prospective suppliers wishing to participate must follow the instructions contained in this notice; and refer to Section VI – VI.3: “Complementary Information” on how to register your expression of interest and access the preliminary service description document.
         
      II.1.6)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      1. The University is seeking to appoint a waste management service provider for the removal and disposal of the varied waste streams across all its 21 sites in and around London.
2. It will be an essential requirement of this contract that collections are made on a regular scheduled basis.
3. There are currently eight identifiable waste streams within the scope of the University’s requirement for the provision of waste management:
3.1. General waste;
3.2. Mixed recyclables;
3.3. Confidential waste;
3.4. Hazardous waste;
3.5. Food Waste;
3.6. Waste Electrical and Electronic Equipment (WEEE) waste, to include refrigeration equipment;
3.7. Waste Luminaries;
3.8. Green Waste.
4. Prospective Suppliers wishing to participate must follow the instructions contained in this notice; and refer to Section VI – VI.3: “Complementary Information” on how to register your expression of interest and access the preliminary service description document.
5. The University is proposing to enter into a contract with the successful supplier for an initial 12 months, with the intention to appraise the service offerings prior to an extension being awarded under the prevailing terms.
6. If applicable, shortlisted suppliers progressing to the “Invitation to Tender” stage will be invited to establish a discount provision in their offer submission for Yr 1 of the contract; and to reflect the economies of scale the University will derive throughout the contractual term to be formed under the optional extension provision for a further 12, 24 and/or 36 months.
7. The term of the contract shall not exceed 48 months (inclusive of the optional extention period - 36 months) from the service commencement date scheduled on or after 2 September 2013.
8. Suppliers are required to note the principal object of the contract is to establish a sustainable service provision, which conforms to current legislation, reflective of a collaborative arrangement to reduce the University’s carbon footprint and achieve value for money throughout the process.
9. The University welcomes innovative ideas that are representative of our aspiration to sustainability and the management of waste across our various sites.
10. The University wishes to achieve a “Zero-Waste-To-Landfill” service provision within six months of entering into a contract with a successful supplier arising from this procurement exercise.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 1 to 3                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 36
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A bond or parent company guarantee may be required for the service being tendered.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Please refer to the pre-qualification questionnaire and/or tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special form is required, but the contractor, supplier or service provider will be required to become jointly and severally responsible for the contract before acceptance.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Please refer to the pre-qualification questionnaire and/or tender documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      The University has a legal obligation to ensure the waste produced throughout the main campus and Halls of Residence is collected, recycled and disposed of in accordance with legislative requirements.

2. The successful supplier arising from this procurement exercise must be a waste carrier, who is registered with the UK Environmental Agency and adheres to the prevailing legislative requirements to collect and dispose of waste produced from within the building sites and halls of residences owned or managed by the University.      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         1. It is the University’s intention to shortlist a minimum of 5 Respondents (where there are at least 5 suitably qualified, experienced companies) arising from the Pre-Qualification Questionnaire (“PQQ”) evaluation.
2. Suppliers are required to refer to the ("PQQ") for a detailed breakdown of the evaluation criteria applicable for the initial shortlist stage of the procurement exercise.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: UAL143022013      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 15/04/2013
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/04/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 26/06/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.

1. Suppliers must read through the complete set of instructions and follow the process before responding to this tender.
2. This contract will be tendered online using BiP Solutions' Delta-Ets service.
3. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta.
4. You must register on the website listed above to respond, if you are already registered you will not need to register again, simply use your existing username and password.
5. Please note there is a password reminder link on the homepage.
6. Suppliers must log in, go to your Response Manager and add the following Access Code: 8W283Y9XB8
7. Suppliers who have successfully completed their registration on https://www.delta-esourcing.com/delta by 17:00hrs on 15.04.2013; will be granted automatic access to the University's Pre-Qualification Questionnaire (“PQQ”), Evaluation Methodology & Scoring Matrix through the Delta ETS Portal.
8. The deadline for submitting your electronic response(s) to the (“PQQ”) is scheduled for the 29.04.2013 at 17:00hrs.
9. Please ensure that you allow yourself plenty of time when responding to this OJEU notice prior to the closing date and time, especially if you have been asked to upload documents.
10. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +448452707050 or email helpdesk@delta-esourcing.com.
11. All tenders must be in sterling GBP and the resulting contract will be subject to English law.
12. The Offeror acknowledge the fact that by responding to the advert, the University is not liable for any cost incurred throughout the Procurement exercise.
13. The University does not bind itself to accept the lowest or any offer and reserves the right to accept an offer either in whole or in part, each service requirements for this purpose treated as being tendered separately.
14. The University reserves the right to award the contract for the supply of the requirement(s) detailed herein and arising out of this procurement process to none or more than 1 supplier.
15. All information supplied in connection with this OJEU notice shall be regarded as confidential and by participating; the Respondent being the supplier agrees to be bound by the condition stated in the descriptive documents and the obligation to preserve the confidentiality of all such information.
16. If you have any question in relation to this advert, the contact details for the Head of Procurement at the University is as follows:
Ray Lallmahamood (MCIPS)
Head of Procurement

University of the Arts London
1 Granary Square,
5th Floor, Granary Building,
London N1C 4AA
United Kingdom

T+44 (0)20 7514 8401
F+44 (0)20 7514 6095
M+44 (0)77 3605 5486
E r.lallmahamood@arts.ac.uk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=54005293
GO-201337-PRO-4638713 TKR-201337-PRO-4638712
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The University of the Arts London
      1 Granary Square, 5th Floor, Granary Building, London, N1C 4AA, United Kingdom
      Tel. +44 2075148401, Email: r.lallmahamood@arts.ac.uk, URL: http://www.arts.ac.uk/

      Body responsible for mediation procedures:
               DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@drs-ciarb.com, URL: www.padre.org.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
      12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
      Tel. +44 8452707055, Email: padre@drs-ciarb.com, URL: www.padre.org.uk

   VI.5) Date Of Dispatch Of This Notice: 07/03/2013

ANNEX A

View any Notice Addenda

View Award Notice