UK-Cambridge: Refuse and waste related services.

UK-Cambridge: Refuse and waste related services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
British Antarctic Survey, High Cross, Madingley Rd, Cambridge, CB3 0ET, United Kingdom
Tel. +44 1223221400, Email: basprocurement@ukri.org
Main Address: www.ukri.org
NUTS Code: UKH12
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: https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Refuse-and-waste-related-services./BM3KS74842
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Refuse-and-waste-related-services./BM3KS74842 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
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.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
II.1.2) Main CPV Code:
90500000 - Refuse and waste related services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Waste collection and disposal of refuse from BAS Antarctic Stations and RRS Sir David Attenborough
II.1.5) Estimated total value:
Value excluding VAT: 700,000
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:
UKH12 Cambridgeshire CC

II.2.4) Description of 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.
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: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/BM3KS74842


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:
Not Provided
III.1.2) Economic and financial standing
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.1.3) 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 OPEN
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 - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


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: Yes
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: 20/01/2023 Time: 12:00

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): 3

IV.2.7) Conditions for opening of tenders:
Date: 20/01/2023
Time: 13:00
Place:
Electronic


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Cambridge:-Refuse-and-waste-related-services./BM3KS74842

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/BM3KS74842
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Polaris House, Swindon, Swindon, SN2 1LF, United Kingdom
Tel. +44 1235446553, Email: BASprocurement@ukri.org
Internet address: www.ukri.org
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/11/2022

Annex A