UK-Colchester: Refuse and waste related services.

UK-Colchester: Refuse and waste related services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Essex
Central Purchasing Unit (Estate Management Section), Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
Tel. +44 1206874210, Email: procure@essex.ac.uk, URL: www.essex.ac.uk, URL: www.essex.ac.uk/purchasing
Contact: Central Procurement Unit, Attn: Adrian Woodmore
Electronic Access URL: https://delta-sourcing.com
Electronic Submission URL: https://delta-sourcing.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: T523 Waste Collection and Recycling Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 16

Region Codes: UKH3 - Essex
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. Sewage-, refuse-, cleaning-, and environmental services. Refuse disposal and treatment. Non-hazardous refuse and waste treatment and disposal services. Refuse recycling services. The University would like to appoint an experienced Contractor for the provision of waste collection and recycling services on its Essex campuses at Colchester and our smaller Loughton Campus on a regular basis. The main essence of the contract is to collect our various waste streams as outlined in our specification and avoid landfill by recycling them and offering the PRNs or reimburse the value back to the University as appropriate. In any event, this contract should reserve the right to cover all of our Campuses, land or interests in the future if and when required. The contract will be let for an initial 36 months with the option of a 12 months extension.

II.1.6)Common Procurement Vocabulary:
90500000 - Refuse and waste related services.

90000000 - Sewage-, refuse-, cleaning-, and environmental services.

90510000 - Refuse disposal and treatment.

90513000 - Non-hazardous refuse and waste treatment and disposal services.

90514000 - Refuse recycling 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: Yes

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The University would like to appoint an experienced Contractor for the provision of waste collection and recycling services on its Essex campuses at Colchester and our smaller Loughton Campus on a regular basis. The main essence of the contract is to collect our various waste streams as outlined in our specification and avoid landfill by recycling them and offering the PRNs or reimburse the value back to the University as appropriate. In any event, this contract should reserve the right to cover all of our Campuses, land or interests in the future if and when required. The contract will be let for an initial 36 months with the option of a 12 months extension. The current amount of bins and skips are outlined in Document C of the PQQ as part of the specification. This is current and is subject to change in accordance with the University requirements.
Estimated value excluding VAT:
Range between: 500,000 and 1,000,000
Currency: GBP


II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
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:
The University reserves the right to request deposits and guarantees where required

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the PQQ

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The University reserves the right to request the bidder to form a single legal entity.

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
It is essential that the waste is recycled as outlined in the specification as detailed within Document C of the tender documents. The contract is a service which may be governed by a Service Level Agreement which would include terms in which to cancel the contract of a poorly performing service provider or use to extend the contract after 36 months to the maximum of 48 months.
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;

Information and formalities necessary for evaluating if requirements are met:
A set out in the PQQ
Minimum Level(s) of standards possibly required:
A set out in the PQQ

III.2.3)Technical capacity
Technical capacity - means of proof required
(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;
(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;

Information and formalities necessary for evaluating if requirements are met:
A set out in the PQQ
Minimum Level(s) of standards possibly required:
A set out in the PQQ
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: No
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: No
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 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
It is the intention of the University to select the 5 highest scoring PQQ submissions to Invite to Tender or in some instances where the scores are very close or the 6th placed bidder has achieved a score over 75%, we reserve the right to include that bidder to the ITT process. Naturally this may be less where the submissions that qualified are below 5.
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: T523
IV.3.2)Previous publication(s) concerning the same contract: No

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



Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/12/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 15/12/2014
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Refuse-and-waste-related-services./78S438UD3N

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/78S438UD3N
GO-2014115-PRO-6140058 TKR-2014115-PRO-6140057

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Essex
Central Purchasing Unit (Estates Management Section), Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
Tel. +44 1206874210, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing

VI.4.2)Lodging of appeals: This authority will incorporate a minimum 10 working day standstill period (14 calendar days) at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting body before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of three working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 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). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages.

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 05/11/2014

ANNEX A