WRAP (Waste and Resources Action Programme) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Demonstrating increased recycled content in Welsh manufacturing |
Notice type: | Contract Award Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | WRAP are seeking to overcome the technical and commercial barriers which limit the use of post-consumer recycled plastics and other priority materials in products produced in Wales, beyond the currently accepted practices and that result in a lack of differentiated market for recycled polymers. To assist with this they are seeking to appoint Contractor(s) to carry out demonstration trials with the objective of developing and demonstrating solutions for overcoming real or perceived barriers to increasing recycled content by manufacturers in Wales. |
Published: | 06/01/2023 15:41 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Waste & Resources Action Programme, WRAP
Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900, Email: louise.taggart@wrap.org.uk
Contact: Louise Taggart
Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk
NUTS Code: UK
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Demonstrating increased recycled content in Welsh manufacturing
Reference number: TRW001
II.1.2) Main CPV code:
73220000 - Development consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: WRAP are seeking to overcome the technical and commercial barriers which limit the use of post-consumer recycled plastics and other priority materials in products produced in Wales, beyond the currently accepted practices and that result in a lack of differentiated market for recycled polymers. To assist with this they are seeking to appoint Contractor(s) to carry out demonstration trials with the objective of developing and demonstrating solutions for overcoming real or perceived barriers to increasing recycled content by manufacturers in Wales.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Objectives The overarching aim of this project is to drive market confidence in using post- consumer recycled materials in products already on the market, where it is currently not common practice, by demonstrating the economic and environmental benefits of doing so. The objectives of this project are to: develop and demonstrate solutions for overcoming real or perceived barriers to increasing the usage of recycled content, sustainable product design, re-manufacture, or reuse by manufacturers in Wales; demonstrate the economic, environmental, and social viability and benefits of those solutions to Welsh businesses; encourage collaboration across Welsh supply chains to develop these solutions; and provide sufficient robust evidence from the trials to enable WRAP to develop recommendations for Welsh policy and industry guidance/standards or actions which can help to increase confidence in and promote the use of recycled content or design for re-manufacture and reuse in products, components, and packaging manufactured in Wales. Each demonstration trial will be proposed and delivered by a separate contracted project team. The project team should embody the relevant manufacturing supply chain (upstream and downstream of the manufacturer) to enable the viability of the proposed solution to be fully demonstrated. One company in the project team will need to be identified as the lead partner, and this will be the contracting party with WRAP; all the other companies in the project team will be sub-contractors to the lead partner.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:The initial period of the trial is up to March 2023 with the expectation that it will continue to run for any period up to March 2025.
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.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/789673F9H3 Tender has been completed.
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-027621
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
BIC Innovation, 05092027
Menai Science Park, Menai Science Park, Anglesey, LL60 6AG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 166,666
Lowest offer: 150,000 / Highest offer: 173,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Resilience Sustainable Solutions Ltd, 09014490
The Old Bank, Llandaff Road, Cardiff, CF5 2DT, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,666,666
Lowest offer: 150,000 / Highest offer: 173,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Nextek Ltd, 05495567
66 Westbourne Terrace Suite 5, London, W2 3UJ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 166,666
Lowest offer: 150,000 / Highest offer: 173,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
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:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=748254715
VI.4) Procedures for review
VI.4.1) Review body
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.2) Body responsible for mediation procedures
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/01/2023