Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mr Ross Cook
procurement@ore.catapult.org.uk
Telephone
+44 7425657551
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.ore.catapult.org.uk
Buyer's address
https://www.ore.catapult.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Other type
Compliance with grant funding agreement
one.5) Main activity
Other activity
Research and Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Management & Recycling Services
Reference number
DN652510
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Invitation To Tender (“ITT”) is to assist ORE Catapult in establishing a Framework for Waste Management & Recycling Services which complies with all current, relevant legislation. To comply with these regulations, and to maintain our certification to ISO45001 and 14001, ORE Catapult is seeking to appoint suitably qualified and experienced Contractors to provide high quality Services supported by robust management and quality control processes.
two.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: 9
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Glasgow and Blyth sites (addresses can be found in the tender documents).
two.2.4) Description of the procurement
Secure shredding and disposal of confidential materials.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Glasgow and Blyth (Addresses available in Tender documents).
two.2.4) Description of the procurement
Waste Electrical and Electronic Equipment
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Blyth site only (Address available in Tender documents).
two.2.4) Description of the procurement
Liquid waste disposal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Blyth only (Address provided in Tender documents).
two.2.4) Description of the procurement
Dry Mixed Recycling (DMR) Materials
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
5
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Blyth only (Address provided in Tender documents).
two.2.4) Description of the procurement
Skip Hire
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
6
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Blyth only (Address provided in Tender documents).
two.2.4) Description of the procurement
Hazardous Waste
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
7
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Blyth, Pembroke and Aberdeen only (Addresses provided in Tender documents).
two.2.4) Description of the procurement
Metals.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
8
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Blyth only (Address provided in Tender documents).
two.2.4) Description of the procurement
Chemical and Oil Spills.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
9
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Blyth only (Address provided in Tender documents).
two.2.4) Description of the procurement
Septic Tank Waste
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
12:05pm
Place
Glasgow
Information about authorised persons and opening procedure
Two people will be involved. One to unlock tenders and one to process.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.