Tender for Collection and Disposal of Portable and Non-Portable Batteries
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.
United Kingdom-Bicester: Toxic waste disposal services except radioactive waste and contaminated soil
2020/S 234-579016
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Commercial, Building C16, C Site, Arncott
Town: Bicester
NUTS code: UK UNITED KINGDOM
Postal code: OX25 2LD
Country: United Kingdom
Contact person: Victoria Caine
E-mail: DESLD-DESA-Commercial@mod.gov.uk
Telephone: +44 3001538926
Internet address(es):
Main address: http://defenceintranet.diif.r.mil.uk/Organisations/Orgs/DES/Organisations/Orgs/COMLand/LogDel/Pages/DESA
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Collection and Disposal of Portable and Non-Portable Batteries
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Collection and Disposal of Portable and Non Portable Batteries in Great Britain.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the 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 will be paid if a tender or resulting framework agreement is withdrawn for any reason.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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As per the ITT.
III.1.2)Economic and financial standing
Contractor financial standings are to be reviewed as part of the SAQ.
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
To ensure effective competition
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
2027.
VI.2)Information about electronic workflows
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.
https://www.gov.uk/government/publications/government-security-classifications
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 8 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 http://www.contracts.mod.uk
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 0800282324.
Go reference: GO-20201126-DCB-17423616
VI.4.1)Review body
Postal address: Commercial, C 16, C Site, Arncott
Town: Bicester
Postal code: OX25 2LD
Country: United Kingdom
E-mail: DESLD-DESA-Commercial@mod.gov.uk
Telephone: +44 3001538926
VI.4.2)Body responsible for mediation procedures
Postal address: Commercial, C 16, C Site, Arncott
Town: Bicester
Postal code: OX25 2LD
Country: United Kingdom
E-mail: DESLD-DESA-Commercial@mod.gov.uk
Telephone: +44 3001538926
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Commercial, C 16, C Site, Arncott
Town: Bicester
Postal code: OX25 2LD
Country: United Kingdom
E-mail: DESLD-DESA-Commercial@mod.gov.uk
Telephone: +44 3001538926
VI.5)Date of dispatch of this notice: