Section one: Contracting authority
one.1) Name and addresses
Eden Geothermal Ltd
Foundation Building, Eden Project, Bodelva
St Austell
PL24 2SG
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42854
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Other type
Company limited by guarantee
one.5) Main activity
Other activity
Geothermal development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of integrated waste management services during geothermal drilling and well-testing
Reference number
EGL-ITT-C049
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of integrated waste management services during the drilling and testing of the first deep geothermal well at the Eden Project. The waste stream will be mainly non-hazardous extractive wastes but will also include hazardous wastes, non hazardous welfare waste and other miscellaneous waste such as wood, metal and septic tank contents.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £209,738 / Highest offer: £269,322 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
Main site or place of performance
Eden Project, Bodelva, Par, Cornwall PL24 2SG, UK
two.2.4) Description of the procurement
Provision of integrated waste management services for the full range of waste arisings during the drilling and testing of the first deep geothermal well at the Eden Project (approx. 150 days).
.
The majority of waste arisings will be non-hazardous drilling (extractive) wastes. There will be smaller quantities of other wastes: hazardous wastes (including oily or fuel-soaked rages, oil filters, engine oil and containers, hydraulic oil and containers); welfare wastes (general 'domestic' waste and recyclables); wood; metal; septic tank contents. Full details of anticipated waste arisings are given in the tender documents.
.
EGL requires a contractor to develop and provide integrated waste management services for the full range of waste arisings during the drilling and testing of the first deep geothermal well at the Eden Project. The successful contractor's obligations will include (but may not be limited to):
-- Provide a waste management procedure for each waste stream/waste category;
-- Design, provide, set up and manage an effective system for source separation, handling and storage of wastes;
-- Produce a waste management system that identifies whether the substances in the waste are (i) inert; (ii) ’hazardous substances’ or ’Persistent Organic Pollutants’ (POPs); (iii) non-hazardous (iv) mirror hazardous; or (v) mirror non-hazardous;
-- Identify an appropriate, cost effective approved waste disposal facility and ensure that all necessary permits and arrangements are in place to receive waste from the EGL site;
-- Have in place an appropriate spillage policy, produce an effective methodology to deal with spillage and produce a spill management plan that ensures that any material spilt on site will be contained and removed, minimising the potential for environmental harm;
-- Provide spill kits in all areas where extractive wastes are transferred or stored;
-- Provide mud pit emptying and cleaning and cuttings pit emptying and cleaning services;
-- Suggest cost-effective methods for the reuse of drilling waste and turning the drilling waste into value ;
-- Provide additional drilling solids removal and control equipment if required (e.g. centrifuges, dryers, etc.);
-- Propose effective rig site cleaning solutions;
-- Provide EGL with copies of all relevant paperwork, including: (i) a description and classification (inert, hazardous, or and the waste classification (EWC) code for all waste disposed off site; (ii) risk assessment for waste disposal; (iii) Waste Transfer Notes and/or Hazardous Waste Consignment notes; (iv) Waste Management Plan - setting out how wastes will be monitored, recorded and managed for disposal.
-- Maintain records of: (i) the quantities of all drill cuttings and their characterisation; (ii) all waste transfers. These records are to be retained by the operator for a minimum of 2 years and made available for inspection by the Environment Agency on request;
-- Provide continuous supervision of the waste management system throughout all operations within the drilling and testing programme;
-- Perform regular sampling and testing of drill cuttings and fluids waste streams using an accredited independent analysis company;
-- Use in-house or a third-party licensed transport companies to move waste to a pre-approved licensed waste disposal/treatment/recycling facility;
-- Provide all personnel and equipment (including pumps, jet washers, compressors, hoses, tanks, skips, and excavators) required for the onsite handling of all waste streams;
-- Have in place appropriate policies and procedures relating to the above;
-- Manage contact with, and report to, appropriate regulatory authorities in conjunction with all of the above.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Approach / Weighting: 30
Quality criterion - Name: Personnel / Weighting: 5
Quality criterion - Name: Waste Minimisation / Weighting: 5
Price - Weighting: 60
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: Yes
Identification of the project
Eden Geothermal Project ERDF ref 05R20P04154
two.2.14) Additional information
This contract is part of a project part-funded by the European Union through the ERDF.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 177-428655
Section five. Award of contract
Contract No
EGL-ITT-C049
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 March 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FBG Limited
Ossington Chambers, 6 / 8 Castle Gate
Newark
NG24 1AX
Country
United Kingdom
NUTS code
- UKF - East Midlands (England)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £209,738 / Highest offer: £269,322 taken into consideration
Section six. Complementary information
six.3) Additional information
This contract is for a project part-funded by the European Union through the European Regional Development Fund.
(MT Ref:222556)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit