- Scope of the procurement
- Lot 1. Chemical Sampling, Analysis, and Monitoring
- Lot 2. Chemical remediation
- Lot 3. Chemical waste management and disposal
- Lot 4. Biological sampling, analysis and monitoring
- Lot 5. Biological remediation
- Lot 6. Biological waste management and disposal
- Lot 7. Radiological and nuclear capabilities: source recovery, characterisation, remediation and waste management
- Lot 8. Emergency Disposal of Hazardous Waste
Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
Nobel House
London
SW1P 3JR
network.procurement@defra.gov.uk
Telephone
+44 2072385921
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CBRN and Hazmat Incident Support Framework
two.1.2) Main CPV code
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority wishes to appoint suppliers to the Framework for Chemical, Biological, Radiological and Nuclear (CBRN) and HazMat Remediation, to supply, transport, deploy and implement remediation and waste management service(s) for use by the Contracting Authority in a CBRN or HAZMAT incident.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Chemical Sampling, Analysis, and Monitoring
Lot No
1
two.2.2) Additional CPV code(s)
- 79723000 - Waste analysis services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Framework Providers shall be capable and competent to deliver characterisation sampling to establish and confirm the extent of chemical contamination; and/or post-remediation (clearance) sampling to confirm the effectiveness of the clean-up. Providers will be expected to have the capability to undertake the collection a wide range of environmental samples from indoor and outdoor environments including any specific handling requirements.
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
48
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
Chemical remediation
Lot No
2
two.2.2) Additional CPV code(s)
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Providers must be capable and competent to deliver the activity required to render the scene of a chemical agent release suitable for return to the Contracting Authority. Chemical contamination may include toxic industrial chemicals such as industrial gases, organophosphate pesticides, herbicides, and chemical warfare agents which include nerve, blood and blister agents.
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
48
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
Chemical waste management and disposal
Lot No
3
two.2.2) Additional CPV code(s)
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Providers must be capable and competent to collect, package securely, treat, identify suitable disposal options (for example, landfill or high temperature incineration) transport and facilitate final disposal of the various waste streams in accordance with regulations and where appropriate guidance from regulators. Consideration must be given to the selection criteria e.g. cost v benefit analysis such as fast disposal of possibly contaminated waste compared to increased time scale of additional sampling to prove waste is harmless. Size reduction techniques should be considered if appropriate, along with the additional risk to remediation operatives compared to savings in time and/or cost with the disposal route.
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
48
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
Biological sampling, analysis and monitoring
Lot No
4
two.2.2) Additional CPV code(s)
- 90524300 - Removal services of biological waste
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Providers must be capable and competent to deliver pre-remediation sampling and/or laboratory analysis to establish and confirm the extent of biological contamination; and/or post-remediation (clearance) sampling and/or analysis to confirm the effectiveness of the clean-up.
Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.
Providers providing this capability will be required to analyse or arrange the analysis of samples in accordance with recognised quality assurance schemes, ensuring auditable sampling procedures are followed. Accredited laboratories should be used or where these are not available, prior notice should be given to the client.
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
48
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
Biological remediation
Lot No
5
two.2.2) Additional CPV code(s)
- 90524300 - Removal services of biological waste
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Providers must be capable and competent to deliver a remediation activity which can effectively render the scene of a biological agent release suitable for release back to the Contracting Authority.
Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.
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
48
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
Biological waste management and disposal
Lot No
6
two.2.2) Additional CPV code(s)
- 90524300 - Removal services of biological waste
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Providers must be capable and competent to collect, treat, identify suitable disposal options (for example, landfill or high temperature incineration) transport and facilitate final disposal in accordance with regulations and where appropriate guidance from regulators.
Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.
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
48
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
Radiological and nuclear capabilities: source recovery, characterisation, remediation and waste management
Lot No
7
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90521100 - Collection of radioactive waste
- 90521300 - Disposal of radioactive waste
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Remediation and waste management
• Pre-remediation characterisation
• Remediation
• Installation of remediation equipment
• Supply of utilities
• Conduct the remediation process
• Waste management
• Post-remediation monitoring, sampling and analysis
Recovery and management of orphan radioactive sources, other radioactive items and wastes contaminated with radioactivity at the request of the Contracting Authorities. These include emergency services, Local Authorities, Government Departments, PHE/ UK HSA, the environment agencies (NRW, EA, SEPA, NIEA) and others. Required capabilities are as follows:
• Characterisation
• Radiological assessment
• Recovery of radioactive materials from the scene or other temporary storage location
• Remediation
• Provision of safe, secure storage
• Disposal of radioactive items and wastes
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
48
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
Emergency Disposal of Hazardous Waste
Lot No
8
two.2.2) Additional CPV code(s)
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Environment Agency as a Category 1 responder and is required to fulfil its obligations for emergency response under the Civil Contingencies Act 2004 for Environmental Incidents.
To assist in an effective incident response, we require four contractors to provide 24/7 365 day a year emergency for response for the initial phase of an emergency incident.
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
48
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 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 129-318050
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 August 2021
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
20 August 2021
Local time
12:00pm
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
Royal Courts of Justice
London
Country
United Kingdom