Tender

Restriction of Hazardous Substances in Electrical Equipment

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

F02: Contract notice

Notice identifier: 2024/S 000-040347

Procurement identifier (OCID): ocds-h6vhtk-04c826

Published 13 December 2024, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Carla New

Email

dgc.enquiries@defra.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra-family.force.com/s/Welcome

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://defra-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra-family.force.com/s/Welcome

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://defra-family.force.com/s/Welcome

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

Restriction of Hazardous Substances in Electrical Equipment

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Defra requires expert scientific and technical advice and socio-economic analysis expertise to undertake the evaluation of applications for exemptions to the RoHS Regulations. Expertise is also required to appraise EU decisions on applications made to the European Commission before the end of the Transitional Period for which “transitional provisions” are set out in The Hazardous Substances and Packaging (Legislative Functions and Amendment) (EU Exit) Regulations 2020 which avoid the need for separate applications to be made for those exemption requests to apply in Great Britain.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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

Defra requires expert scientific and technical advice and socio-economic analysis expertise to undertake the evaluation of applications for exemptions to the RoHS Regulations. Expertise is also required to appraise EU decisions on applications made to the European Commission before the end of the Transitional Period for which “transitional provisions” are set out in The Hazardous Substances and Packaging (Legislative Functions and Amendment) (EU Exit) Regulations 2020 which avoid the need for separate applications to be made for those exemption requests to apply in Great Britain.

two.2.5) Award criteria

Quality criterion - Name: E01 – Organisational Experience, Capability and Resources / Weighting: 20

Quality criterion - Name: E02 – Proposed Expertise Team / Weighting: 20

Quality criterion - Name: E03 – Approach and Methodology / Weighting: 30

Quality criterion - Name: E04 – Risk Management and Mitigation / Weighting: 10

Quality criterion - Name: E05 – Communication and Working Arrangements / Weighting: 5

Quality criterion - Name: E06 – Sustainability and Social Value / Weighting: 15

Price - Weighting: 100

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months

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 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

30 January 2025

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

30 January 2025

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

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit