Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
sara.bushnell@environment-agency.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.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
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Project_32166 National Repatriation of Illegal Waste Shipments Framework 2
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this contract is to enable the Environment Agency to meet its statutory obligations of:
• ensuring that waste which has been illegally exported from England, or
• shipments which cannot be completed as planned, or
• shipments which cannot be completed in accordance with a consignment note or a contract,
• is returned and managed in England within statutory timescales.
This is a requirement of the retained Waste Shipments Regulation EC No 1013/2006 as amended by the:
International Waste Shipments (Amendment)(EU Exit) Regulations 2019
International Waste Shipments (Amendment of Regulation (EC) No 1013/2006) Regulations 2020.
The Agency’s obligations arise as soon as it is informed of an illegal export or a shipment which cannot be completed. This information is generally provided to the Agency by a third party such as the competent authority in the country to which the waste has been illegally exported or which the waste is transiting.
The Agency is responsible for ensuring repatriation requests are fulfilled in a timely manner. On the occasions the Agency is not able to secure voluntary return and recovery of illegally exported waste by those involved in the original export, the Agency may be required to intervene in the repatriation of the waste.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
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: 3
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 – Inspection repatriation, storage, and recovery/disposal of waste in UK and Overseas
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
24
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: Yes
Description of options
There is provision for 2 x 12 months extensions for Lot 1.
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.2.14) Additional information
This lot will be awarded to one supplier.
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 – UK Inspection and storage facility
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
24
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: Yes
Description of options
There is provision for 2 x 12 months extensions for Lot 2.
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.2.14) Additional information
This lot will be awarded to one supplier
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 – Transport of Repatriated Waste in the UK from port with further treatment, recovery, disposal
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
12
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: Yes
Description of options
There is provision for 2 x 12 months extensions for Lot 3.
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.2.14) Additional information
This lot will be awarded to a maximum of 8 suppliers, dependent on meeting minimum criteria.
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
30 September 2022
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 September 2022
Local time
12:01pm
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
The courts of England and Wales
Various
Country
United Kingdom