CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 025-044050/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: The Corporation of Trinity House
Postal address: Trinity Square, Tower Hill
Town: London
Postal code: EC3N 4DH
Country: United Kingdom
Contact Person: Barry Messenger
Telephone: +44 1255245050
Email: barry.messenger@trinityhouse.co.uk
Fax: +44 1255241258
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
another address:Official name: The Corporation of Trinity House
Postal address: The Quay
Town: Harwich
Postal code: CO12 3JW
Country: United Kingdom
Contact Person: Barry Messenger
Telephone: +44 1255245050
Email: barry.messenger@trinityhouse.co.uk
Fax: +44 1255241258
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:

Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: maritime navigation and safety

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Trinity House Waste Management.

Reference number: T0276
II.1.2) Main CPV code: 90500000
II.1.3) Type of contract: Services
II.1.4) Short Description: Waste management, disposal and recycling services for trinity house depots in Essex, South Wales and Cornwall, including general and hazardous waste streams.
II.1.5) Estimated total value:
Value excluding VAT: 450000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 10
II.2) Description
II.2.1) Title: General Mixed Office Waste

Lot No:1
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
General mixed office waste, including cardboard, paper, light kitchen waste and plastic.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As detailed in the Invitation to Tender/Weighting:75
Cost criterion -Name: As detailed in the Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: General Yard Waste

Lot No:2
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Larger-scale general waste, including cardboard, plastics and fabrics.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in the Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in the Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Grit Blasting Waste

Lot No:3
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Waste from the grit blasting processes in Harwich and Swansea. The blasting media are chilled iron and garnet, depending on the material being prepared.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in the Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in the Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Onboard Vessel Waste

Lot No:4
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
General waste ship waste which is emptied during crew-changes, every 3 weeks.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Hazardous Waste (Wet)

Lot No:5
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Disposal of wet hazardous materials. This can include paint, low volume oils, oil contaminated materials, grease, aerosols and other freeflowing liquid materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Hazardous Waste (Dry)

Lot No:6
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Disposal of dry hazardous materials. This can include dry paint, emptying paint tins, dry contaminated PPE and other dry items contaminated with hazardous materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: WEEE Waste

Lot No:7
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Disposal of waste electrical and electronic equipment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Batteries and Battery Electrolytes

Lot No:8
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Batteries for support of marine aids-to-navigation and batteries are changed on buoys, lightvessels and lighthouses. Disposal are either lead-acid (lightvessels/lighthouse) or lead gel (buoys), totalling approximately 10 tonnes of batteries each year. Disposal of battery waste also includes electrolytes (acids) drained from batteries prior to transport.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Metal (Ferrous and Non-Ferrous) Waste

Lot No:9
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Dispose of a quantity of ferrous (iron, steel, etc.) and non-ferrous (aluminium) material from both the Harwich and Swansea sites.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Fluorescent Tubes and Lamps

Lot No:10
II.2.2) Additional CPV code(s)
90500000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Effective disposal of all fluorescent tubes and lamps from the Harwich and Swansea sites. Any waste of this nature generated elsewhere will be disposed of via these 2 sites.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: As stated in Invitation to Tender/Weighting:75
Cost criterion -Name: As stated in Invitation to Tender/Weighting:25
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-05-01End: 2021-04-30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract
III.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Approved and registered waste carriers and waste management organisations.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-03-17 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:12(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-03-20 Local time: 12:00 Place:Harwich, Essex.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
To view this notice, please click here:

GO Reference: GO-201722-PRO-9511849.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Corporation of Trinity House
Town: London
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-02-02

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking