CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Bicester: Toxic waste disposal services except radioactive waste and contaminated soil.
Section I: Contracting Authority
I.1) Name and addresses
Defence Equipment Sales Authority
Commercial, Building C16, C Site, Arncott, Bicester, OX25 2LD, United Kingdom
Tel. +44 03001538926, Email: DESLD-DESA-Commercial@mod.gov.uk
Contact: Victoria Caine
Main Address:
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.contracts.mod.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Collection and Disposal of Portable and Non-Portable Batteries
Reference Number: 701161395
II.1.2) Main CPV Code:
90523000 – Toxic waste disposal services except radioactive waste and contaminated soil.
FC01-8 – For waste disposal

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Collection and Disposal of Portable and Non Portable Batteries in Great Britain
II.1.5) Estimated total value:
Value excluding VAT: 1,335,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: A service to be provided by the Contractor to manage the Collection and Disposal of Portable and Non-Portable Batteries within Great Britain excluding Northern Ireland. The estimated amount of batteries for collection is 16,000 tonnes per annum, this figure is for guidance only. There is also a requirement for the Contractor to provide suitable containers/packaging for the removal of batteries. This Contract will have a duration of 7 years.
No business whatsoever is guaranteed under any resulting Framework Agreement or contract indeed there is no guarantee that any Framework Agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting Framework Agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they full understand and accept this position.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,335,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/06/2021 / End: 31/05/2028
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per the ITT
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Contractor Financial Standings are to be reviewed as part of the SAQ
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: To ensure effective competition

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/01/2021 Time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 20/01/2021
Time: 10:00

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Low (Reference – RAR-U63JE6X6). All interested parties must ensure they complete the Cyber Risk Assessment as part of the SAQ.

Tenderers are encouraged to provide contact information for the individual who will be responsible for uploading the Tender to AWARD® as early as possible, so that login details can be provided. The following details are required: Company Name, Individual Point of Contact Name and email address should be sent to the Commercial Officer as shown in section 1. This information must be sent to the Authority by 8th January 2021.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: S848P7U3P5.

Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
VI.4) Procedures for review
VI.4.1) Review body:
Defence Equipment Sales Authority
Commercial, C 16, C Site, Arncott, Bicester, OX25 2LD, United Kingdom
Tel. +44 03001538926, Email: DESLD-DESA-Commercial@mod.gov.uk
VI.4.2) Body responsible for mediation procedures:
Defence Equipment Sales Authority
Commercial, C 16, C Site, Arncott, Bicester, OX25 2LD, United Kingdom
Tel. +44 03001538926, Email: DESLD-DESA-Commercial@mod.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Defence Equipment Sales Authority
Commercial, C 16, C Site, Arncott, Bicester, OX25 2LD, United Kingdom
Tel. +44 03001538926, Email: DESLD-DESA-Commercial@mod.gov.uk
VI.5) Date Of Dispatch Of This Notice: 26/11/2020

Annex A


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 8, 2024

Supply Chain Notice: WC1133367 - (CY) Demolition Works CIDP23

Type of document: Contract Notice Country: United Kingdom 1. Title: Supply Chain Notice: WC1133367 – (CY) Demolition Works CIDP23 2. Awarding Authority: Ministry

May 8, 2024

SDA Submarine Disposal Capability - Early Market Engagement - RFI - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: SDA Submarine Disposal Capability – Early Market Engagement – RFI 2. Awarding Authority: Ministry