Tender

CBRN and Hazmat Incident Support Framework

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2021/S 000-015290

Procurement identifier (OCID): ocds-h6vhtk-02c32d

Published 2 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

Nobel House

London

SW1P 3JR

Email

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