WRAP (Waste and Resources Action Programme): Behaviour Change Marketing and Communications Framework

  WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Behaviour Change Marketing and Communications Framework
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Services
Procedure: Restricted
Short Description: WRAP is seeking to establish a new framework for behaviour change and communications. The objective is to increase efficiency and improve quality of its communication outputs by establishing a core supply base of marketing and communication agencies that can support delivery of its technical and consumer campaign communication requirements either on a long term or project by project basis.
Published: 07/11/2016 15:31
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Banbury: Advertising and marketing services.
Section I: Contracting Authority
      I.1) Name and addresses
             Waste & Resources Action Programme
             Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
             Tel. +44 1295819900, Email: rosy.holloway@wrap.org.uk
             Contact: Rosy Holloway
             Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk/tenders
             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.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-Banbury:-Advertising-and-marketing-services./22V488F864
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/22V488F864 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: http://www.delta-esourcing.com
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Environment

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Behaviour Change Marketing and Communications Framework       
      Reference Number: FRA064
      II.1.2) Main CPV Code:
      79340000 - Advertising and marketing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: WRAP is seeking to establish a new framework for behaviour change and communications. The objective is to increase efficiency and improve quality of its communication outputs by establishing a core supply base of marketing and communication agencies that can support delivery of its technical and consumer campaign communication requirements either on a long term or project by project basis.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any or all Lots

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Behaviour Change Campaign Solutions       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79342000 - Marketing services.
      79341400 - Advertising campaign services.
      79416000 - Public relations services.
      79311410 - Economic impact assessment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of LOT 1 is to develop and deliver end to end campaign solutions for these and others that WRAP may initiate over the term of the Framework. The agencies appointed to this Lot will be required to deliver a total campaign solution approach, developing concept and strategy and multi-channel tactical delivery as required, which will include creative development, consumer PR, digital marketing and return on investment (ROI) evaluation and reporting. It is envisaged that contracts awarded under this Lot would span more than one year although these agencies could also be used for short term activity where a holistic approach is needed. Suppliers appointed to this Lot may also be required to work collaboratively with WRAP’s specialist agencies.
      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: 4,166,666       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the LOT, and the framework agreements, may be extended by 12 months, at WRAP's discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The 5 highest scoring candidates in Stage 1 (SQ) plus ties will proceed to Stage 2 (tender).
      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: Yes       
      Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.             
      II.2.14) Additional information: - A minimum of 3 and a maximum of 5 suppliers will be contracted to this LOT.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Design Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79822500 - Graphic design services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of LOT 2 is to provide cross channel design services for
- corporate communications;
- consumer communications; and
- external publications generated from WRAP's technical programmes.
The suppliers appointed to this LOT will provide additional capacity to WRAP's small in house team and it is envisaged that contracts will be for ad-hoc requirements or short to medium term arrangements where work will be flexibly drawn down from an agreed budget.
      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: 833,333       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the LOT, and the framework agreements, may be extended by 12 months, at WRAP's discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The 5 highest scoring candidates in Stage 1 (SQ) plus ties will proceed to Stage 2 (tender).
      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: Yes       
      Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.             
      II.2.14) Additional information: - A minimum of 3 and a maximum of 5 suppliers will be contracted to this LOT.       


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:          
      Conditions as stated in the procurement documents    
      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       
      Conditions as stated in the procurement conditions          
      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: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 10               
         The procurement involves the setting up of a dynamic purchasing system - 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: No       
   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: 07/12/2016 Time: 23:55
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/01/2017       
      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): 4
      
      

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: 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 procurement documents are in several parts:
- Part A sets out the background, scope, objectives, specific requirements and instructions on how to prepare and submit a selection application and tender.
- Part B is the selection questionnaire application form. Requests to participate must be made using this form — submissions in any other format will be rejected.
- Part C explains how applications and tenders will be evaluated, and provides the evaluation criteria.
- Part D details the terms and conditions. There can be no negotiations over the terms of the procurement process or contract documents; you must therefore satisfy yourself as to all requirements and the Terms and Conditions of Contract.

Applications and tender submissions:
This procurement will be managed electronically through the Delta eSourcing suite.
Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’.
For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30 UK time, Monday to Friday excluding bank holidays).
Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficient time before the deadline to submit your application/tender.
Any queries about this procurement must be submitted through Delta, not by any other route.

Award:
- See the LOT details for the number of suppliers that will be contracted to each LOT.
- WRAP does not commit to awarding any work under this framework. All values expressed within this Contract Notice are maximum values and are not intended to represent a guarantee of the level or value of contract that may ultimately be awarded to any supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Advertising-and-marketing-services./22V488F864

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/22V488F864
   VI.4) Procedures for review
   VI.4.1) Review body:
             Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900
       Internet address: www.wrap.org.uk
   VI.4.2) Body responsible for mediation procedures:
             Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 07/11/2016

Annex A


View any Notice Addenda

Behaviour Change Marketing and Communications Framework

UK-Banbury: Advertising and marketing services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900, Email: rosy.holloway@wrap.org.uk
       Contact: Rosy Holloway
       Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk/tenders
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Behaviour Change Marketing and Communications Framework      Reference number: FRA064      
   II.1.2) Main CPV code:
      79340000 - Advertising and marketing services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: WRAP is seeking to establish a new framework for behaviour change and communications. The objective is to increase efficiency and improve quality of its communication outputs by establishing a core supply base of marketing and communication agencies that can support delivery of its technical and consumer campaign communication requirements either on a long term or project by project basis.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 10/11/2016

VI.6) Original notice reference:

   Notice Reference:    2016 - 393499   
   Notice number in OJ S:    2016/S 216 - 393499
   Date of dispatch of the original notice: 07/11/2016

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: I.2          
         Lot No: Not provided          
         Place of text to be modified: This contract involves joint procurement          
         Instead of: No          
         Read: Yes
                                    
   
VII.2) Other additional information: In addition to contracts awarded under the Framework by WRAP, there may also be a limited number of contracts awarded through our partners. Relevant partners are the London Waste and Recycling Board (LWARB), local authorities in England and Wales, and signatories to WRAP's voluntary agreements. See Part A Section 3b of the Invitation to Tender for full details.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=226704489


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          London Waste and Recycling Board (LWARB)
          169 Union Street, London, SE1 0LL, United Kingdom
          Email: info@lwarb.gov.uk
          Main Address: http://www.lwarb.gov.uk
          NUTS Code: UKI

View Award Notice

UK-Banbury: Advertising and marketing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900, Email: dave.marsh@wrap.org.uk
       Contact: Dave Marsh
       Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk/tenders
       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: Behaviour Change Marketing and Communications Framework            
      Reference number: FRA064

      II.1.2) Main CPV code:
         79340000 - Advertising and marketing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: WRAP has established a new framework for behaviour change and communications. The objective is to increase efficiency and improve quality of its communication outputs by establishing a core supply base of marketing and communication agencies that can support delivery of its technical and consumer campaign communication requirements either on a long term or project by project basis.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Behaviour Change Campaign Solutions   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79342000 - Marketing services.
            79341400 - Advertising campaign services.
            79416000 - Public relations services.
            79311410 - Economic impact assessment.


      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: The scope of LOT 1 is to develop and deliver end to end campaign solutions for these and others that WRAP may initiate over the term of the Framework. The agencies appointed to this Lot will be required to deliver a total campaign solution approach, developing concept and strategy and multi-channel tactical delivery as required, which will include creative development, consumer PR, digital marketing and return on investment (ROI) evaluation and reporting. It is envisaged that contracts awarded under this Lot would span more than one year although these agencies could also be used for short term activity where a holistic approach is needed. Suppliers appointed to this Lot may also be required to work collaboratively with WRAP’s specialist agencies.

      II.2.5) Award criteria:
      Quality criterion - Name: Interpretation and understanding / Weighting: 20
      Quality criterion - Name: Technical approach / Weighting: 40
      Quality criterion - Name: Project team / Weighting: 10
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: Yes
         Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Design Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79822500 - Graphic design 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: The scope of LOT 2 is to provide cross channel design services for
- corporate communications;
- consumer communications; and
- external publications generated from WRAP's technical programmes.
The agencies appointed to this Lot will provide additional capacity to WRAP's small in-house team and it is envisaged that contracts will be for ad-hoc requirements or short to medium term arrangements where work will be flexibly drawn down from an agreed budget.

      II.2.5) Award criteria:
      Quality criterion - Name: Interpretation and understanding / Weighting: 20
      Quality criterion - Name: Technical approach / Weighting: 40
      Quality criterion - Name: Project team / Weighting: 10
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: Yes
         Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: 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: 2016/S 216-393499
      
   

   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: FRA064-001    
   Lot Number: 1    
   Title: Behaviour Change Campaign Solutions

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kindred Agency Ltd
             4th Floor, Dean Bradley House, 52 Horseferry Road, London, SW1P 2AF, United Kingdom
             Internet address: www.kindredagency.com
             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: 4,166,666          
         Total value of the contract/lot: 4,166,666
         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:
          May sub-contract specific project elements to SKV Communications Ltd. Proportion will vary for individual call-offs.          

Award Of Contract (No.2)

   Contract No: FRA064-002    
   Lot Number: 1    
   Title: Behaviour Change Marketing Solutions

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Radley Yeldar Ltd
             24 Charlotte Road, London, EC2A 3PB, United Kingdom
             Internet address: www.ry.com
             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: 4,166,666          
         Total value of the contract/lot: 4,166,666
         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:
          May sub-contract specific project elements to Behaviour Change Ltd. Proportion will vary for individual call-offs.          

Award Of Contract (No.3)

   Contract No: FRA064-003    
   Lot Number: 1    
   Title: Behaviour Change Marketing Solutions

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ogilvy & Mather Group (Holdings) Ltd
             Sea Containers, 18 Upper Ground, London, SE1 9RQ, United Kingdom
             Internet address: www.ogilvy.co.uk
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,166,666          
         Total value of the contract/lot: 4,166,666
         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:
          May sub-contract specific project elements to MEC Ltd. Proportion will vary for individual call-offs.          

Award Of Contract (No.4)

   Contract No: FRA064-004    
   Lot Number: 2    
   Title: Design Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Red Stone Design Ltd
             9-10 Charterhouse Buildings, London, EC1M 7AN, United Kingdom
             Internet address: www.red-stone.com
             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: 833,333          
         Total value of the contract/lot: 833,333
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: FRA064-005    
   Lot Number: 2    
   Title: Design Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             IE Design Consultancy Ltd
             8 Calthorpe Road, Edgbaston, Birmingham, B15 1QT, United Kingdom
             Internet address: www.iebrand.co.uk
             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: 833,333          
         Total value of the contract/lot: 833,333
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: FRA064-006    
   Lot Number: 2    
   Title: Design Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Eleven Marketing & Communications Ltd
             The Brewhouse, Wilderspool Business Park, Warrington, WA4 6HL, United Kingdom
             Internet address: http://betterthanten.com
             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: 833,333          
         Total value of the contract/lot: 833,333
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: FRA064-007    
   Lot Number: 2    
   Title: Design Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Yes Direct Marketing Ltd
             The Vestry, Springfield Road, Uttoxeter, ST14 7JX, United Kingdom
             Internet address: www.yesagency.co.uk
             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: 833,333          
         Total value of the contract/lot: 833,333
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: FRA064-008    
   Lot Number: 2    
   Title: Design Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Smith Creative Communications Ltd
             Verdemar House, 230 Park View, Whitley Bay, NE26 3QR, United Kingdom
             Internet address: www.smith-creative.co.uk
             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: 833,333          
         Total value of the contract/lot: 833,333
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: All values expressed within this Contract Award Notice are maximum values for the Lots and are not intended to represent a guarantee of the level or value of call-off contract(s) that may ultimately be awarded to any supplier.

The Framework shall be effective as of 1st April 2017 for a period of three years, with the option to extend the period for a further one year at WRAP’s discretion.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=254840662

   VI.4) Procedures for review

      VI.4.1) Review body
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
          Tel. +44 1295819900
          Internet address: www.wrap.org.uk

      VI.4.2) Body responsible for mediation procedures
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, 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: 08/05/2017