Tender

Programme of work on mixed waste composition

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2022/S 000-015216

Procurement identifier (OCID): ocds-h6vhtk-034216

Published 31 May 2022, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Contact

Leonie Cormac

Email

Leonie.cormac@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://defra.bravosolution.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://defra.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://defra.bravosolution.co.uk/

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Programme of work on mixed waste composition

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The objective of this procurement is to procure two contracts to enable Defra to conduct a programme of work to improve Defra’s understanding of the composition of mixed waste from households and from businesses. The first contract is the most significant and will involve 1) designing, carrying out and reporting on a programme of primary data collection, 2) carrying out research to understand the drivers of waste composition and, based on this, developing a model for updating data in years where primary data collection is not carried out and 3) conduct research to review and recommend near-market approaches to measuring the composition of waste that might make routine waste composition analysis more affordable in the future. The second contract is for a quality assurance auditor for item 1) of the first contract.

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: 1

two.2) Description

two.2.1) Title

Develop a model to predict and forecast waste composition for all EWC/LoW codes, based on extensive new data gathering

Lot No

1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 is divided into four packages of work (WPs), with design and reporting included within each. Overall project management should be shown as a separate package of work (i.e. WP5).

Within Lot 1 there will be two distinct phases – Phase 1 and Phase 2.

Phase 1 will deliver WP1-WP4 for the following waste streams:

• waste and recycling collected from households

• other local authority waste and recycling

• waste and recycling received at sites

• output and residual streams coded 19 12 12 produced from waste treatment facilities.

It is anticipated that Phase 1 will run from inception in Q2 2022/23 to completion of reporting in Q4 2023/24.

Phase 2 will deliver WP1-WP4 for the following waste streams (see annex 4):

• Waste and recycling produced by agriculture, forestry and fishing (SICs 01-03)

• Waste and recycling produced by industry (SICs 10-36) except for the waste and remediations industries

• Waste and recycling produced by construction and demolition (SIC 41-43)

• Waste and recycling produced by commerce (SICs 45-96)

It is anticipated that Phase 2 will run from inception in Q3 2023/24 to completion of reporting in Q4 2024/25. Budgets for 2023/25 have not yet been agreed within Defra. Prior to Phase 2, Defra will have the option of enacting a break clause should budget not be made available for this work; whether Phase 2 will proceed or not will be confirmed in Q3 2023/2024.

WP 1 covers the collection of new primary data using scientific measurement methods, often referred to as ‘waste composition analysis.’ It also includes gathering and collating secondary data.

WP 2 involves desk-based and potentially primary research into the drivers of waste composition.

WP 3 combines the outputs of WPs 1 and 2 to create a predictive model.

WP 4 reviews the approaches used in the project, looking forward to new methods of generating measurement-based data on the composition of waste, and makes recommendations for future programmes of work, including anything that may be needed for delivering our collection and packaging reforms (DRS, EPR and consistency).

All the above WPs will be underpinned by WP 5, which covers contractor project management, communication and knowledge-sharing.

All deliverables for WPs 1-5 will be required for both Phases 1 and 2.

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: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

19 August 2022

End date

31 March 2025

This contract is subject to renewal

No

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

Fieldwork quality assurance

Lot No

2

two.2.2) Additional CPV code(s)

  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 specifically exists to appoint a fieldwork quality auditor whose role will be to assure that delivery of the fieldwork is in line with the quality assurance standards set out by the successful Lot 1 contractor. This applies to fieldwork in both Phases 1 and 2.

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: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

19 August 2022

End date

31 December 2024

This contract is subject to renewal

No

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.1.8) 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

4 July 2022

Local time

3:00pm

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: 38 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 July 2022

Local time

3:00pm


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

Courts of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible

after the decision has been made as to the reasons why the Applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period.