Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Contact
Leonie Cormac
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.