An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
192642-2017 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: University of Surrey
Postal address: Senate House, Stag Hill
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
For the attention of: Patrick Robinson
E-mail: p.d.robinson@surrey.ac.uk
Telephone: +44 1483684226
Postal address: Senate House, Stag Hill
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
For the attention of: Patrick Robinson
E-mail: p.d.robinson@surrey.ac.uk
Telephone: +44 1483684226
Internet address(es):
General address of the contracting authority: https://www.surrey.ac.uk
Additional information can be obtained from:
the abovementioned address
the abovementioned address
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
the abovementioned address
the abovementioned address
Tenders or requests to participate must be submitted: the abovementioned address
II.1.6.
CPV code(s)
34928480 Waste and rubbish containers and bins, 90511000 Refuse collection services, 90514000 Refuse recycling services, 90533000 Waste-tip management services, 90500000 Refuse and waste related services, 44613700 Refuse skips
Description
Waste and rubbish containers and bins.
Refuse collection services.
Refuse recycling services.
Waste-tip management services.
Refuse and waste related services.
Refuse skips.
IV.3.4.
Time limit for receipt of tenders or requests to participate
3.7.2017
3.7.2017
IV.3.6.
Languages in which tenders or requests to participate may be submitted
English.
English.
Languages and formats
Notice
Official language
192642-2017 - CompetitionSee the notice on TED website 
192642-2017
192642-2017 - CompetitionUnited Kingdom-Guildford: Waste and rubbish containers and bins
OJ S 97/2017 20/05/2017
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1.
Name and addresses
Official name: University of Surrey
Postal address: Senate House, Stag Hill
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
For the attention of: Patrick Robinson
E-mail: p.d.robinson@surrey.ac.uk
Telephone: +44 1483684226
Postal address: Senate House, Stag Hill
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
For the attention of: Patrick Robinson
E-mail: p.d.robinson@surrey.ac.uk
Telephone: +44 1483684226
Internet address(es):
General address of the contracting authority: https://www.surrey.ac.uk
Additional information can be obtained from:
the abovementioned address
the abovementioned address
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
the abovementioned address
the abovementioned address
Tenders or requests to participate must be submitted: the abovementioned address
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
II.1.
Description
II.1.1.
Title attributed to the contract by the contracting authority
Provision of Waste Management and Associated Services.
Provision of Waste Management and Associated Services.
II.1.2.
Type of contract and place of performance or delivery
Services
Service category No 27: Other services
NUTS code UKJ23 Surrey
II.1.3.
Information about a framework agreement or a dynamic purchasing system
The notice involves a public contract
II.1.4.
Information about framework agreement
II.1.5.
Short description of the contract or purchase(s)
To cover the provision of waste management services across the University of Surrey campus.
To cover the provision of waste management services across the University of Surrey campus.
II.1.6.
CPV code(s)
34928480 Waste and rubbish containers and bins, 90511000 Refuse collection services, 90514000 Refuse recycling services, 90533000 Waste-tip management services, 90500000 Refuse and waste related services, 44613700 Refuse skips
II.1.7.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
II.1.8.
Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9.
Information about variants
Variants will be accepted: no
II.2.
Scope of the procurement
II.2.1.
Total quantity or scope
Estimated value excluding VAT: 3 500 000 GBP
II.2.2.
Information about options
Options: no
II.2.3.
Information about renewals
II.3.
Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)
Lot No: 1
Lot title: Hazardous Chemical Waste
1)
Short description
Waste produced across all hazard classes including occasional Class 1.
Class 6.2 Infectious and Class 7 Radioactive are separate lots in this tender.
Waste produced across all hazard classes including occasional Class 1.
Class 6.2 Infectious and Class 7 Radioactive are separate lots in this tender.
2)
CPV code(s)
90520000 Radioactive-, toxic-, medical- and hazardous waste services
3)
Quantity or scope
4)
Indication about different time frame or duration
5)
Additional information about lots
Lot No: 2
Lot title: Clinical Waste
1)
Short description
Majority of waste produced is human healthcare research related but a growing proportion of the waste is animal origin (APB and animal health research).
Majority of waste produced is human healthcare research related but a growing proportion of the waste is animal origin (APB and animal health research).
2)
CPV code(s)
90524000 Medical waste services
3)
Quantity or scope
4)
Indication about different time frame or duration
5)
Additional information about lots
Lot No: 3
Lot title: Radioactive Waste
1)
Short description
VLLW waste described in schedule 3 of EA permit.
VLLW waste described in schedule 3 of EA permit.
2)
CPV code(s)
90520000 Radioactive-, toxic-, medical- and hazardous waste services
3)
Quantity or scope
4)
Indication about different time frame or duration
5)
Additional information about lots
Lot No: 4
Lot title: General Waste and Recycling
1)
Short description
Waste and recyclable material produced from academic, non-academic and residential buildings and properties across Stag Hill and Manor Park campuses.
Waste and recyclable material produced from academic, non-academic and residential buildings and properties across Stag Hill and Manor Park campuses.
2)
CPV code(s)
34928480 Waste and rubbish containers and bins, 44613700 Refuse skips, 90533000 Waste-tip management services
3)
Quantity or scope
4)
Indication about different time frame or duration
5)
Additional information about lots
Lot No: 5
Lot title: Waste Electrical and Electronic Equipment (WEEE)
1)
Short description
Wide range of electrical equipment (mainly excluding IT) from academic non- academic and residential buildings, including Fluorescent tubes, batteries.
Wide range of electrical equipment (mainly excluding IT) from academic non- academic and residential buildings, including Fluorescent tubes, batteries.
2)
CPV code(s)
90513000 Non-hazardous refuse and waste treatment and disposal services
3)
Quantity or scope
4)
Indication about different time frame or duration
5)
Additional information about lots
Lot No: 6
Lot title: Food Waste
1)
Short description
Food waste produced from academic, non-academic and residential buildings and catering outlets.
Food waste produced from academic, non-academic and residential buildings and catering outlets.
2)
CPV code(s)
90513000 Non-hazardous refuse and waste treatment and disposal services
3)
Quantity or scope
4)
Indication about different time frame or duration
5)
Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.
Conditions related to the contract
III.1.1.
Deposits and guarantees required
None.
None.
III.1.2.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
All financial conditions and payment arrangements will be set out in the tender documents.
All financial conditions and payment arrangements will be set out in the 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 specific legal form is required.
No specific legal form is required.
III.1.4.
Contract performance conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The performance of the contract is subject to key performance indicators to be agreed at contract award stage.
III.2.
Conditions for participation
III.2.1.
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.2.2.
Economic and financial ability
III.2.3.
Technical and professional ability
List and brief description of conditions:
As specified in the tender documents.III.2.4.
Information about reserved contracts
III.3.
Conditions specific to services contracts
III.3.1.
Information about a particular profession
III.3.2.
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.
Type of procedure
IV.1.1.
Type of procedure
Restricted
IV.1.2.
Information about the limits on the number of candidates to be invited
IV.1.3.
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.2.
Award criteria
IV.2.1.
Award criteria
The most economically advantageous tender in terms of Price is not the only award criterion and all criteria are stated only in the procurement documents
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
397/PR
397/PR
IV.3.2.
Previous publication concerning this procedure
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
3.7.2017
3.7.2017
IV.3.5.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6.
Languages in which tenders or requests to participate may be submitted
English.
English.
IV.3.7.
Minimum time frame during which the tenderer must maintain the tender
IV.3.8.
Conditions for opening of tenders
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.2.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
VI.4.2.
Review procedure
VI.4.3.
Service from which information about the review procedure may be obtained
VI.5.
Date of dispatch of this notice
18.5.2017
18.5.2017

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies