Tender

Programme of work on mixed waste composition

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Tender

31 May 2022 at 13:17

Summary of the contracting process

The procurement process initiated by the Defra Network eTendering Portal focuses on a programme of work aimed at improving the understanding of mixed waste composition. The project, classified under research and development services, is set to take place in the United Kingdom. It is currently in the active tender stage, which will conclude on 4th July 2022. The contracts being offered are valued at approximately £1,800,000 and £200,000, respectively, with work scheduled to commence on 19th August 2022 and run until 31st March 2025. The procurement follows an open procedure methodology.

This tender presents significant opportunities for businesses specializing in research, development, and consultancy services related to waste management and environmental sciences. Companies with expertise in waste composition analysis, data collection methodologies, and the development of predictive models for waste management are particularly well-suited to compete for these contracts. As the project aims to enhance waste analysis methodologies, businesses that can offer innovative solutions and quality assurance services will likely find this tender advantageous for growth and collaboration with governmental bodies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Programme of work on mixed waste composition

Notice Description

The objective of this procurement is to procure two contracts to enable Defra to conduct a programme of work to improve Defra's understanding of the composition of mixed waste from households and from businesses. The first contract is the most significant and will involve 1) designing, carrying out and reporting on a programme of primary data collection, 2) carrying out research to understand the drivers of waste composition and, based on this, developing a model for updating data in years where primary data collection is not carried out and 3) conduct research to review and recommend near-market approaches to measuring the composition of waste that might make routine waste composition analysis more affordable in the future. The second contract is for a quality assurance auditor for item 1) of the first contract.

Lot Information

Develop a model to predict and forecast waste composition for all EWC/LoW codes, based on extensive new data gathering

Lot 1 is divided into four packages of work (WPs), with design and reporting included within each. Overall project management should be shown as a separate package of work (i.e. WP5). Within Lot 1 there will be two distinct phases - Phase 1 and Phase 2. Phase 1 will deliver WP1-WP4 for the following waste streams: * waste and recycling collected from households * other local authority waste and recycling * waste and recycling received at sites * output and residual streams coded 19 12 12 produced from waste treatment facilities. It is anticipated that Phase 1 will run from inception in Q2 2022/23 to completion of reporting in Q4 2023/24. Phase 2 will deliver WP1-WP4 for the following waste streams (see annex 4): * Waste and recycling produced by agriculture, forestry and fishing (SICs 01-03) * Waste and recycling produced by industry (SICs 10-36) except for the waste and remediations industries * Waste and recycling produced by construction and demolition (SIC 41-43) * Waste and recycling produced by commerce (SICs 45-96) It is anticipated that Phase 2 will run from inception in Q3 2023/24 to completion of reporting in Q4 2024/25. Budgets for 2023/25 have not yet been agreed within Defra. Prior to Phase 2, Defra will have the option of enacting a break clause should budget not be made available for this work; whether Phase 2 will proceed or not will be confirmed in Q3 2023/2024. WP 1 covers the collection of new primary data using scientific measurement methods, often referred to as 'waste composition analysis.' It also includes gathering and collating secondary data. WP 2 involves desk-based and potentially primary research into the drivers of waste composition. WP 3 combines the outputs of WPs 1 and 2 to create a predictive model. WP 4 reviews the approaches used in the project, looking forward to new methods of generating measurement-based data on the composition of waste, and makes recommendations for future programmes of work, including anything that may be needed for delivering our collection and packaging reforms (DRS, EPR and consistency). All the above WPs will be underpinned by WP 5, which covers contractor project management, communication and knowledge-sharing. All deliverables for WPs 1-5 will be required for both Phases 1 and 2.

Fieldwork quality assurance

Lot 2 specifically exists to appoint a fieldwork quality auditor whose role will be to assure that delivery of the fieldwork is in line with the quality assurance standards set out by the successful Lot 1 contractor. This applies to fieldwork in both Phases 1 and 2.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-034216
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015216-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

73 - Research and development services and related consultancy services


CPV Codes

71621000 - Technical analysis or consultancy services

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 May 20223 years ago
Submission Deadline
4 Jul 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
18 Aug 2022 - 31 Dec 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Leonie Cormac
Contact Email
leonie.cormac@defra.gov.uk
Contact Phone
+44 2072385921

Buyer Location

Locality
LONDON
Postcode
SW1P 3JR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-034216-2022-05-31T14:17:00+01:00",
    "date": "2022-05-31T14:17:00+01:00",
    "ocid": "ocds-h6vhtk-034216",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-034216",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Programme of work on mixed waste composition",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The objective of this procurement is to procure two contracts to enable Defra to conduct a programme of work to improve Defra's understanding of the composition of mixed waste from households and from businesses. The first contract is the most significant and will involve 1) designing, carrying out and reporting on a programme of primary data collection, 2) carrying out research to understand the drivers of waste composition and, based on this, developing a model for updating data in years where primary data collection is not carried out and 3) conduct research to review and recommend near-market approaches to measuring the composition of waste that might make routine waste composition analysis more affordable in the future. The second contract is for a quality assurance auditor for item 1) of the first contract.",
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "Develop a model to predict and forecast waste composition for all EWC/LoW codes, based on extensive new data gathering",
                "description": "Lot 1 is divided into four packages of work (WPs), with design and reporting included within each. Overall project management should be shown as a separate package of work (i.e. WP5). Within Lot 1 there will be two distinct phases - Phase 1 and Phase 2. Phase 1 will deliver WP1-WP4 for the following waste streams: * waste and recycling collected from households * other local authority waste and recycling * waste and recycling received at sites * output and residual streams coded 19 12 12 produced from waste treatment facilities. It is anticipated that Phase 1 will run from inception in Q2 2022/23 to completion of reporting in Q4 2023/24. Phase 2 will deliver WP1-WP4 for the following waste streams (see annex 4): * Waste and recycling produced by agriculture, forestry and fishing (SICs 01-03) * Waste and recycling produced by industry (SICs 10-36) except for the waste and remediations industries * Waste and recycling produced by construction and demolition (SIC 41-43) * Waste and recycling produced by commerce (SICs 45-96) It is anticipated that Phase 2 will run from inception in Q3 2023/24 to completion of reporting in Q4 2024/25. Budgets for 2023/25 have not yet been agreed within Defra. Prior to Phase 2, Defra will have the option of enacting a break clause should budget not be made available for this work; whether Phase 2 will proceed or not will be confirmed in Q3 2023/2024. WP 1 covers the collection of new primary data using scientific measurement methods, often referred to as 'waste composition analysis.' It also includes gathering and collating secondary data. WP 2 involves desk-based and potentially primary research into the drivers of waste composition. WP 3 combines the outputs of WPs 1 and 2 to create a predictive model. WP 4 reviews the approaches used in the project, looking forward to new methods of generating measurement-based data on the composition of waste, and makes recommendations for future programmes of work, including anything that may be needed for delivering our collection and packaging reforms (DRS, EPR and consistency). All the above WPs will be underpinned by WP 5, which covers contractor project management, communication and knowledge-sharing. All deliverables for WPs 1-5 will be required for both Phases 1 and 2.",
                "value": {
                    "amount": 1800000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-08-19T00:00:00+01:00",
                    "endDate": "2025-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Fieldwork quality assurance",
                "description": "Lot 2 specifically exists to appoint a fieldwork quality auditor whose role will be to assure that delivery of the fieldwork is in line with the quality assurance standards set out by the successful Lot 1 contractor. This applies to fieldwork in both Phases 1 and 2.",
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-08-19T00:00:00+01:00",
                    "endDate": "2024-12-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://defra.bravosolution.co.uk/",
        "communication": {
            "atypicalToolUrl": "https://defra.bravosolution.co.uk/"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-07-04T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 1140
            }
        },
        "awardPeriod": {
            "startDate": "2022-07-04T15:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-07-04T15:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period."
    },
    "parties": [
        {
            "id": "GB-FTS-1944",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "17 Nobel House",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 3JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Leonie Cormac",
                "telephone": "+44 2072385921",
                "email": "Leonie.cormac@defra.gov.uk",
                "url": "https://defra.bravosolution.co.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://defra.bravosolution.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-443",
            "name": "Courts of England and Wales",
            "identifier": {
                "legalName": "Courts of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1944",
        "name": "Defra Network eTendering Portal"
    },
    "language": "en"
}