Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Contact
Dionne Morgan
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Methodology for assessing packaging recyclability for the purposes of labelling and modulated fees
two.1.2) Main CPV code
- 90713000 - Environmental issues consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Government (Defra, Daera and Welsh and Scottish Governments, ‘Government’) is bringing forward Packaging Extended Producer Responsibility (pEPR). Details of its proposals are available at: https://epr-consultation-government-response.pdf. In summary, pEPR include:
transferring the costs of managing packaging disposed of from households and in street bins from Local Authorities to packaging producers, to incentivise a reduction in unnecessary packaging;
setting higher fees on packaging that is not recyclable, to encourage use of more sustainable packaging;
introduce mandatory recyclability labelling of packaging, to ensure consumers are aware of what can and can’t be recycled and so contribute to increasing recycling of packaging.
A Recyclability Assessment Methodology will be required to provide a common means to assess whether packaging is recyclable or not.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Department for Environment, Food and Rural Affairs, Scottish and Welsh Governments and Department of Agriculture, Environment and Rural Affairs Northern Ireland are looking to develop a Recyclability Assessment Methodology, as part of introducing a UK-wide Packaging Extended Producer Responsibility Scheme.
Government (Defra, Daera and Welsh and Scottish Governments, ‘Government’) is bringing forward Packaging Extended Producer Responsibility (pEPR). Details of its proposals are available at: https://epr-consultation-government-response.pdf. In summary, pEPR include:
transferring the costs of managing packaging disposed of from households and in street bins from Local Authorities to packaging producers, to incentivise a reduction in unnecessary packaging;
setting higher fees on packaging that is not recyclable, to encourage use of more sustainable packaging;
introduce mandatory recyclability labelling of packaging, to ensure consumers are aware of what can and can’t be recycled and so contribute to increasing recycling of packaging.
A Recyclability Assessment Methodology will be required to provide a common means to assess whether packaging is recyclable or not. A contractor will be subsequently sought via an open procurement procedure. The Supplier will be required to conduct Research and Development, deliver the Methodology and will work with Government to deliver the requirement during 2023.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 March 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 March 2023
Local time
12:00pm
Place
Atamis E-tendering portal
Information about authorised persons and opening procedure
DgC Commercial Team
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
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit