Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
British Antarctic Survey, High Cross, Madingley Rd
Cambridge
CB3 0ET
Telephone
+44 1223221400
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Research & Innovation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-2245 BAS Portside Collection and Disposal of Royal Scientific Ship the Sir David Attenborough and Research Station Waste
Reference number
UKRI-2245
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Waste collection and disposal of refuse from BAS Antarctic Stations and RRS Sir David Attenborough
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire CC
two.2.4) Description of the procurement
The British Antarctic Survey (BAS) is a component of the Natural Environment Research Council (NERC). Based in Cambridge it has, for over 60 years, undertaken the majority of Britain's scientific research on and around the Antarctic continent. BAS operates three bases in the Antarctic, at Rothera, Halley and Signy, and two stations on South Georgia, at King Edward Point and Bird Island. BAS liaises with the Environment Agency in the UK, regarding trans-frontier shipment authorisations. Waste from BAS bases is generally exempt from these requirements.
Approximately 300m3 (between 100-200 tonnes) of hazardous and non-hazardous waste from all BAS stations is segregated on site and sent to the UK on the two ships RRS Ernest Shackleton and RRS James Clark Ross. The amount of waste varies annually dependent on the science undertaken and any construction projects carried out during the season. The ships return to the UK typically between May and July each year and the waste is off-loaded and sent for reuse, recycling or other disposal in accordance with the waste hierarchy.
The work will require the contractor to provide bespoke waste management services involving the collection, transportation and disposal of waste generated at BAS stations and offloaded at ports in the UK.
A key element of the contract is to be able to provide a flexible service for which the collection location, waste types and quantities may change at short notice.
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: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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.2.14) Additional information
To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/BM3KS74842
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 January 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 January 2023
Local time
1:00pm
Place
Electronic
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/BM3KS74842
GO Reference: GO-20221121-PRO-21503785
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Polaris House, Swindon
Swindon
SN2 1LF
Telephone
+44 1235446553
Country
United Kingdom