The University Caterers Organisation Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Food Waste Management Services |
Notice type: | Contract Notice |
Authority: | The University Caterers Organisation Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | TUCO Ltd are seeking suppliers who can provide innovative food waste management services. These services should be cost effective and efficient to the Universities, Colleges, and the wider Public Sector in a sustainable manner. Each Lot will be advertised for National coverage, however, regional suppliers could also apply. Suppliers must relate to the waste hierarchy when submitting for the following Lots. Lot 1 - Lot 1 On-Site Food Waste Innovation Lot 2 - Lot 2 Waste Disposable Cups Lot 3 - Waste Coffee Grounds Lot 4 - Off Site Food Waste Collection Lot 5 – Food Waste Oil Collection and Disposal Service Lot 6 - Catering Packaging (glass, cardboard, plastic, single use plastic, tin, tetra, etc.) Collection and Recycling Service Lot 7 - Compostable Packaging Waste Collection Service Lot 8 - Food Waste Management Systems Lot 9 - Surplus Catering Equipment |
Published: | 10/08/2021 12:23 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The University Caterers Organisation Ltd (TUCO Ltd)
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 7415795771, Email: mandy.johnston@tuco.ac.uk
Contact: Mandy Johnston
Main Address: www.tuco.ac.uk, Address of the buyer profile: https://in-tendhost.co.uk/tuco/aspx/Home
NUTS Code: UK
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/tuco/aspx/Home
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://in-tendhost.co.uk/tuco/aspx/Home 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: Food Waste Management Services
Reference Number: CAT11058-TU
II.1.2) Main CPV Code:
90500000 - Refuse and waste related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: TUCO Ltd are seeking suppliers who can provide innovative food waste management services. These services should be cost effective and efficient to the Universities, Colleges, and the wider Public Sector in a sustainable manner. Each Lot will be advertised for National coverage, however, regional suppliers could also apply. Suppliers must relate to the waste hierarchy when submitting for the following Lots.
Lot 1 - Lot 1 On-Site Food Waste Innovation
Lot 2 - Lot 2 Waste Disposable Cups
Lot 3 - Waste Coffee Grounds
Lot 4 - Off Site Food Waste Collection
Lot 5 – Food Waste Oil Collection and Disposal Service
Lot 6 - Catering Packaging (glass, cardboard, plastic, single use plastic, tin, tetra, etc.) Collection and Recycling Service
Lot 7 - Compostable Packaging Waste Collection Service
Lot 8 - Food Waste Management Systems
Lot 9 - Surplus Catering Equipment
II.1.5) Estimated total value:
Value excluding VAT: 10,000,000
Currency: GBP
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: On-Site Food Waste Innovation
Lot No: Lot 1
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: TUCO Ltd seek suppliers to provide on-site innovative food waste solution to TUCO members and the wider Public Sector.
The on-site food disposal solution must divert food from landfill, help reduce waste generation and create a valuable fuel or alternative source from the output, in line with the practical application of the waste hierarchy. The system must work in line with current and future Legislation under each Country within the United Kingdom. The systems will be placed at a TUCO member site with agreed collections of the output if necessary. The system must work in line with current and future Legislation under each Country within the United Kingdom.
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: 10,000,000
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: DPS Waste Management
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
II.2) Description Lot No. 2
II.2.1) Title: Waste Disposable Cups Collection and Disposal Service
Lot No: Lot 2
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Despite an increased uptake of reusable takeaway products at member sites, disposable paper cups are still used in a large range of TUCO member business environments including Universities, school and colleges, offices, NHS departments, coffee shops, leisure venues, conference venues, hotels and many more.
Suppliers are invited to tender for the provision for a Sustainable Disposable Cup Solution to TUCO members and the wider Public Sector as part of a circular economy. The system must work in line with current and future Legislation under each Country within the United Kingdom.
The service to the member must include a collection of cups with a disposable solution to achieve zero waste to landfill.
The service may or may not include supply of cups within the process.
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 3
II.2.1) Title: Waste Coffee Grounds Collection and Disposal Service
Lot No: Lot 3
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Each year 1.8 million tonnes of carbon emissions are generated by the 500,000 tonnes of coffee waste disposed in the UK.
Suppliers are invited to tender for the provision to collect and Sustainably Dispose of Waste Coffee Grounds for TUCO members and the wider Public Sector as part of a circular economy.
Coffee ground recycling is ideal for many TUCO members offering a fresh coffee provision. The supplier will collect the waste coffee grounds and will need to explain how they dispose of/reuse the coffee grounds in a sustainable manner. The system must work in line with current and future Legislation under each Country within the United Kingdom.
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 4
II.2.1) Title: Off Site Food Waste Collection and Disposal Service
Lot No: Lot 4
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: We produce enough food across the world to wipe out global hunger, however, one-third of it goes to waste. That’s 1.3 billion tonnes of food thrown away.
The UK throws away around 9.52m tonnes of food per year. this emits 25m tonnes of CO2e, more than Kenya’s total annual emissions. Although the UK has cut down on its food waste in recent years, we still throw away an astonishing amount of edible food.
There are currently no mandatory food waste reduction targets in the UK, however Scotland plans to introduce a target of 33% by 2025.
Suppliers are invited to tender for the provision of a cost effective and efficient, sustainable food waste collection and disposal service to the Universities, colleges and the wider public sector.
The collection must help reduce waste generation, divert food from landfill and create a valuable fuel/alternative source from the output where possible, in line with the practical application of the waste hierarchy. The system must work in line with current and future Legislation under each Country within the United Kingdom.
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 5
II.2.1) Title: Food Waste Oil Collection and Disposal Service
Lot No: Lot 5
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Suppliers are invited to tender for the provision of a food waste oil collection and disposal service. The service must be provided to the very highest environmental standards to help reduce GHG emissions, tackle the climate emergency and must work in line with current and future Legislation under each Country within the United Kingdom.
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 6
II.2.1) Title: Catering Waste Packaging Recycling Service
Lot No: Lot 6
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Suppliers are invited to tender for the provision of a Catering Waste Packaging Recycling Service. The service must be provided to the very highest environmental standards to help reduce GHG emissions, tackle the climate emergency and must work in line with current and future Legislation under each Country within the United Kingdom.
Packaging is any item used for containment of goods. It also covers handling, delivery and / or presentation of goods.
There are 8 main categories are as follows:
•Paper/card (cartons, labels of certain types, layer board, paper bags etc.)
•Glass (bottles, jars)
•Aluminium (cans, aerosols, foil trays)
•Steel (cans, drums)
•Wood (pallets, dunnage)
•Tetra packs
•Plastic (bottles, pallet wrap, bags)
•Food packaging
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 7
II.2.1) Title: Compostable Packaging Waste Collection Service
Lot No: Lot 7
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Suppliers are invited to tender for the provision of a Certified Compostable Catering Packaging Waste Service. The service must be provided to the very highest environmental standards to help reduce GHG emissions, tackle the climate emergency and must work in line with current and future Legislation under each Country within the United Kingdom.
Food packaging waste is predicted to increase as a result of an ever-increasing demand for convenience food, takeaway foods, and individual wrapping of fresh produce.
Composting is a form of recycling. Compostable disposables and packaging are designed to be recycled in an industrial composting facility together with food waste. However, some companies need the packaging collecting separately due to the exact formula needed to process food waste/packing through an in-vessel composter or other suitable and agreed process.
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 8
II.2.1) Title: Food Waste Management Systems
Lot No: Lot 8
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Suppliers are invited to tender for the provision of food waste management systems. The system must weigh, analyse, and report evidence-based food waste data, whilst working in line with current and future Legislation under each Country within the United Kingdom.
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: 10,000,000
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: DPS Food Waste Management Service
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
II.2) Description Lot No. 9
II.2.1) Title: Surplus Catering Equipment
Lot No: Lot 9
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: TUCO Ltd are seeking suppliers who can provide an innovative Surplus Catering Equipment concept to collect and dispose of/recycle, in a compliant manner, the end of use catering equipment from the TUCO member site. This should be cost effective and efficient to the Universities, Colleges and the wider Public Sector in a sustainable manner, with a potential financial return/shared revenue model. The Lot is advertised for National coverage, however, regional suppliers can also apply.
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: 10,000,000
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: DPS Food Waste Management Service
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:
See Tender Documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
See Tender Documents.
Minimum level(s) of standards possibly required (if applicable) :
See Tender Documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
See Tender Documents.
Minimum level(s) of standards possibly required (if applicable) :
See Tender Documents.
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
See 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: 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: The procurement involves a dynamic purchasing system
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: No
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: 06/09/2021 Time: 15:00
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:
Duration in month(s): 12
IV.2.7) Conditions for opening of tenders:
Date: 14/09/2021
Time: 08:00
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=617554647
VI.4) Procedures for review
VI.4.1) Review body:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 7535713054, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.4.2) Body responsible for mediation procedures:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 7535713054, Email: info@tuco.ac.uk
Internet address: http://www.tuco.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:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 7535713054, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.5) Date Of Dispatch Of This Notice: 10/08/2021
Annex A