Tender

Project_32166 National Repatriation of Illegal Waste Shipments Framework 2

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2022/S 000-023451

Procurement identifier (OCID): ocds-h6vhtk-036205

Published 23 August 2022, 12:36pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

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