WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Resource Management Technical Advisors Framework |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The aim of this tender exercise is to provide specialist technical support to WRAP teams to ensure all WRAP project work is developed, managed and peer reviewed in line with Government standards. In order to ensure Resource Management projects are robust enough to be used to inform future policy support. |
Published: | 12/03/2021 16:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Waste & Resources Action Programme, WRAP
Blenheim Court,, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900, Email: hannah.lucas@wrap.org.uk
Main Address: 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.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:-Research-and-development-services-and-related-consultancy-services./57E88G42ZV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/76222A8Q79 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: Not provided
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: Resource Management Technical Advisors Framework
Reference Number: FRA076
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The aim of this tender exercise is to provide specialist technical support to WRAP teams to ensure all WRAP project work is developed, managed and peer reviewed in line with Government standards. In order to ensure Resource Management projects are robust enough to be used to inform future policy support.
II.1.5) Estimated total value:
Value excluding VAT: 1,400,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination of lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Legislation and enforcement of policy review
Lot No: 1
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. This lot will provide technical expertise to support WRAP deliver legislation and policy option reviews. See the procurement documents for full scope and requirements.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Business Waste Collections
Lot No: 2
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. WRAP is looking for expertise to for providing and sense-checking modelling assumptions for non-household municipal waste and commercial waste.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months.
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Household Waste Collections
Lot No: 3
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
FC03-4 - For domestic waste
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. WRAP is looking for expertise for providing and sense-checking modelling assumptions for household recycling and waste.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months.
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Scenario Modelling and Tool Development
Lot No: 4
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. WRAP is looking for expertise for providing a steer and design on resource management modelling tools to improve the efficiency of and generate useful output.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Materials Recycling Facilities
Lot No: 5
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
FC01-8 - For waste disposal
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Reviewing proposals for Materials Recycling Facilities and infrastructure for both household and non-household waste.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Waste Prevention
Lot No: 6
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland.
WRAP is looking for expertise for consideration of waste prevention plans, reviewing strategies designed to minimise waste and providing relevant assumptions for analysis.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months.
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Other Waste Streams (non-household similar)
Lot No: 7
II.2.2) Additional CPV codes:
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland.
WRAP is looking for expertise for providing insights and assumptions on waste streams that are not household similar in profile such as Industrial, hazardous, agricultural, and clinical wastes in order to help review strategies and plans.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework lots at its discretion by up to a further 48 months.
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: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not provided
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:
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
As stated in the procurement documents.
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 OPEN
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 13/04/2021 Time: 23:45
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
IV.2.7) Conditions for opening of tenders:
Date: 14/04/2021
Time: 08:00
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.
Tendering:
• 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:
• 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:-Research-and-development-services-and-related-consultancy-services./57E88G42ZV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/57E88G42ZV
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
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: 12/03/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Waste & Resources Action Programme, WRAP
Blenheim Court,, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900, Email: hannah.lucas@wrap.org.uk
Main Address: 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: Resource Management Technical Advisors Framework
Reference number: FRA076
II.1.2) Main CPV code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The aim of this tender exercise is to provide specialist technical support to WRAP teams to ensure all WRAP project work is developed, managed and peer reviewed in line with Government standards. In order to ensure Resource Management projects are robust enough to be used to inform future policy support.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,400,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Legislation and enforcement of policy review
Lot No:1
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: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. This lot will provide technical expertise to support WRAP deliver legislation and policy option reviews. See the procurement documents for full scope and requirements.
II.2.5) Award criteria:
Price - Weighting: 40
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Business Waste Collections
Lot No:2
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: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. WRAP is looking for expertise to for providing and sense-checking modelling assumptions for non-household municipal waste and commercial waste.
II.2.5) Award criteria:
Not Provided
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Household Waste Collections
Lot No:3
II.2.2) Additional CPV code(s):
90713000 - Environmental issues consultancy services.
FC03-4 - For domestic waste
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: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. WRAP is looking for expertise for providing and sense-checking modelling assumptions for household recycling and waste.
II.2.5) Award criteria:
Cost criterion - Name: Criterion 1 / Weighting: 40
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Scenario Modelling and Tool Development
Lot No:4
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: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland. WRAP is looking for expertise for providing a steer and design on resource management modelling tools to improve the efficiency of and generate useful output.
II.2.5) Award criteria:
Cost criterion - Name: Criterion 1 / Weighting: 40
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Materials Recycling Facilities
Lot No:5
II.2.2) Additional CPV code(s):
90713000 - Environmental issues consultancy services.
FC01-8 - For waste disposal
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: Reviewing proposals for Materials Recycling Facilities and infrastructure for both household and non-household waste.
II.2.5) Award criteria:
Cost criterion - Name: Criterion 1 / Weighting: 40
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 6)
II.2.1) Title:Waste Prevention
Lot No:6
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: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland.
WRAP is looking for expertise for consideration of waste prevention plans, reviewing strategies designed to minimise waste and providing relevant assumptions for analysis.
II.2.5) Award criteria:
Cost criterion - Name: Criterion 1 / Weighting: 40
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 7)
II.2.1) Title:Other Waste Streams (non-household similar)
Lot No:7
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: Over the last few years work has focussed on the understanding the implications of the EU Circular Economy Package and on evidence relating to the new national Resources and Waste Strategy in England and Waste Strategy revisions in Northern Ireland.
WRAP is looking for expertise for providing insights and assumptions on waste streams that are not household similar in profile such as Industrial, hazardous, agricultural, and clinical wastes in order to help review strategies and plans.
II.2.5) Award criteria:
Cost criterion - Name: Criterion 1 / Weighting: 40
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): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/ programmes are not currently known.
II.2.14) Additional information: Not Provided
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: 2021/S 000-005114
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: 1
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators:
Contractor (No.1)
Eunomia Research and Consulting Ltd, 4150627
37 Queen Square, Bristol, BS14QS, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Resource Futures Ltd, 05753433
The CREATE Centre, Smeaton Road, Bristol, BS1 6XN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators:
Contractor (No.1)
Naisbitt Resource Management, 09644994
3rd Floor 5 Temple Square, Temple Street, Liverpool, L2 5RH, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 4
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Circulogic Limited, 10083896
34 Waystead Close, Kingsmead, Northwich, Cheshire, CW9 8NN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 5
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Green Gain Ltd, 08575779
Nexus, University of Leeds, Discovery Way, Northwich, Leeds, LS2 3AA, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 6
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Circulogic Limited, 9875740
34 Waystead Close, Kingsmead, Northwich, Cheshire, CW9 8NN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 7
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ecocentric Ltd, SC575278
Flat 8, 79 Lancefield Quay, Glasgow, G3 8HA, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: 8
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Resource Futures Ltd, 5753433
The CREATE Centre, Smeaton Road, Bristol, BS1 6XN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: 9
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
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: Not Provided
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 Scientific Limited, 2462121
1 Oriel Court, Omega Park, Alton, Hampshire, GU34 2YT, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: 10
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Waite Resource Management Ltd, 9875740
30 Tobias Grove, Stamford, Lincolnshire, PE94BD, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: 11
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Resource Futures Ltd, 5753433
The CREATE Centre, Smeaton Road, Bristol, BS1 6XN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.12)
Contract No: 12
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ricardo AEA Ltd, 8229264
Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, West Sussex, BN43 5FG, United Kingdom
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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.13)
Contract No: 13
Lot Number: 6
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Circulogic Limited, 10083896
34 Waystead Close, Kingsmead, Northwich, Cheshire, CW9 8NN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.14)
Contract No: 14
Lot Number: 6
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Resource Futures Ltd, 5753433
The CREATE Centre, Smeaton Road, Bristol, BS1 6XN, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.15)
Contract No: 15
Lot Number: 6
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Green Gain Ltd, 8575779
Nexus, University of Leeds, Discovery Way, Leeds, LS2 3AA, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.16)
Contract No: 16
Lot Number: 7
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ricardo AEA Ltd, 8229264
Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, West Sussex, BN43 5FG, United Kingdom
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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.17)
Contract No: 17
Lot Number: 7
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/05/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Naisbitt Resource Management Ltd, 09644994
3rd Floor 5 Temple Square, Temple Street, Liverpool, L2 5RH, 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: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=593885231
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
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: 09/06/2021