Notice Information
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 assuranceLot 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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}