WRAP (Waste and Resources Action Programme): Individual Technical Advisors Framework

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

Notice Summary
Title: Individual Technical Advisors Framework
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Services
Procedure: Open
Short Description: WRAP is creating a framework of specialist individuals that can be appointed on a flexible as and when basis to support the delivery of WRAP’s project work by providing technical expertise to WRAP’s programme delivery teams. Technical advisors are required in five sector Lots: Lot 1 - Food and drink Lot 2 - Clothing and textiles Lot 3 - Electricals and electronics Lot 4 - Waste and resource management Lot 5 - Social research, evaluation and economics (in all sectors) The work is expected to predominantly relate to the UK and its countries, although work relating to other countries in Europe and worldwide could potentially be required.
Published: 24/02/2016 16:02
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: Environmental issues consultancy 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 1295819629, Email: rosy.holloway@wrap.org.uk, URL: www.wrap.org.uk, URL: www.wrap.org.uk/tenders
      Contact: https://www.delta-esourcing.com/respond/8WQRZ4J93R, Attn: Rosy Holloway
      Electronic Access URL: https://www.delta-esourcing.com/respond/8WQRZ4J93R
      Electronic Submission URL: https://www.delta-esourcing.com/respond/8WQRZ4J93R

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Environment

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Individual Technical Advisors Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
                        Duration in months: 24
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 1 and 4,100,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Environmental issues consultancy services. Refuse and waste related services. Market research services. Economic research services. Public-opinion polling services. Statistical services. WRAP is creating a framework of specialist individuals that can be appointed on a flexible as and when basis to support the delivery of WRAP’s project work by providing technical expertise to WRAP’s programme delivery teams.

Technical advisors are required in five sector Lots:
Lot 1 - Food and drink
Lot 2 - Clothing and textiles
Lot 3 - Electricals and electronics
Lot 4 - Waste and resource management
Lot 5 - Social research, evaluation and economics (in all sectors)

The work is expected to predominantly relate to the UK and its countries, although work relating to other countries in Europe and worldwide could potentially be required.
         
      II.1.6)Common Procurement Vocabulary:
         90713000 - Environmental issues consultancy services.
         
         90500000 - Refuse and waste related services.
         
         79310000 - Market research services.
         
         79311400 - Economic research services.
         
         79320000 - Public-opinion polling services.
         
         79330000 - Statistical services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      • Seven individual technical advisors will be appointed to each Lot.
• Each individual can be appointed to one or more Lots.
• Framework contracts will be awarded for an initial 12 months period (with an option for WRAP to extend them by a further 12 months).
• The contract of each technical advisor will be limited to £50,000 including VAT per year (with the option for WRAP to extend this to £70,000) across all Lots to which they are appointed.
• Selection for this Framework offers no guarantee of work and use will depend on the varying and flexible requirements of WRAP’s Programme teams throughout the year.
• Assignments called off under this Framework will be awarded on a direct award basis based on WRAP’s assessment of the original applications against the specific requirements of the assignment, using the evaluation criteria detailed within the Invitation to Tender.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Food and Drink

      1)Short Description:      
      Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to sustainable food and drink. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      2)Common Procurement Vocabulary:
         90713000 - Environmental issues consultancy services.
            UA01-3 - Food products
            UA02-6 - Beverages
         
      3)Quantity Or Scope:      
      Seven individual technical advisors will be appointed to the Lot.
The contract of each technical advisor will be limited to £50,000 including VAT per year (with the option for WRAP to extend this to £70,000) across all Lots to which they are appointed.               
         Value range between: 1 and 816,666
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Clothing and Textiles

      1)Short Description:      
      Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to sustainable clothing and textiles. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      2)Common Procurement Vocabulary:
         90713000 - Environmental issues consultancy services.
            UB02-7 - Clothing
         
      3)Quantity Or Scope:      
      Seven individual technical advisors will be appointed to the Lot.
The contract of each technical advisor will be limited to £50,000 including VAT per year (with the option for WRAP to extend this to £70,000) across all Lots to which they are appointed.               
         Value range between: 1 and 816,666
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Electricals and Electronics

      1)Short Description:      
      Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to sustainable electricals and electronics. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      2)Common Procurement Vocabulary:
         90713000 - Environmental issues consultancy services.
            KA03-8 - For electrical equipment
         
      3)Quantity Or Scope:      
      Seven individual technical advisors will be appointed to the Lot.
The contract of each technical advisor will be limited to £50,000 including VAT per year (with the option for WRAP to extend this to £70,000) across all Lots to which they are appointed.               
         Value range between: 1 and 816,666
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4
      Title: Waste and Resource Management

      1)Short Description:      
      Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to waste and resource management. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      2)Common Procurement Vocabulary:
         90713000 - Environmental issues consultancy services.
                  90500000 - Refuse and waste related services.
         
      3)Quantity Or Scope:      
      Seven individual technical advisors will be appointed to the Lot.
The contract of each technical advisor will be limited to £50,000 including VAT per year (with the option for WRAP to extend this to £70,000) across all Lots to which they are appointed.               
         Value range between: 1 and 816,666
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 5
      Title: Social Research, Evaluation and Economics

      1)Short Description:      
      Individual technical advisors that can provide specific social research, evaluation and economics specialisms and activities focussed on specific audiences. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      2)Common Procurement Vocabulary:
         79310000 - Market research services.
                  79320000 - Public-opinion polling services.
                  79330000 - Statistical services.
                  79311400 - Economic research services.
         
      3)Quantity Or Scope:      
      Seven individual technical advisors will be appointed to the Lot.
The contract of each technical advisor will be limited to £50,000 including VAT per year (with the option for WRAP to extend this to £70,000) across all Lots to which they are appointed.               
         Value range between: 1 and 816,666
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The Terms and Conditions are provided in Part D of the Invitation toTender.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      The requirements for participation, the evaluation criteria and the associated evaluation process are provided in Part C of the Invitation to Tender.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         The means of proof required to demonstrate financial standing are stated in Part B of the Invitation to Tender.
The evaluation criteria and the associated evaluation process are provided in Part C of the Invitation to Tender.         
         Minimum Level(s) of standards possibly required:
         The standards required, the evaluation criteria and the associated evaluation process are provided in Part C of the Invitation to Tender.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         The means of proof required are stated in Part B of the Invitation to Tender.
The standards required, the evaluation criteria and the associated evaluation process are provided in Part C of the Invitation to Tender.         
         Minimum Level(s) of standards possibly required:
         The standards required, the evaluation criteria and the associated evaluation process are provided in Part C of the Invitation to Tender.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/03/2016
         Time: 23:55      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Date: 30/03/2016
         Time: 08:00
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Yes
      Reference to project(s) and/or programme(s): WRAP is currently involved in project/programmes in the FP7, Horizon 2020 and LIFE European Funding streams. Some individual items of work called off under the framework may relate to these and/or any other EU-funded projects/programmes WRAP becomes involved with, if the terms of the EU funding permit.       
   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.

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,Monday to Friday excluding bank holidays).

Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficienttime before the deadline to submit your tender information.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Environmental-issues-consultancy-services./8WQRZ4J93R

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8WQRZ4J93R
GO-2016224-PRO-7804516 TKR-2016224-PRO-7804515
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      WRAP
      United Kingdom

      Body responsible for mediation procedures:
               WRAP
         United Kingdom

      VI.4.2)Lodging of appeals: WRAP will incorporate a minimum 10 calendar day standstill period from the point at which the intention to award contracts is communicated to tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the contracts are entered into. Such additional information should be requested from see Item I.1)   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 24/02/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Banbury: Environmental issues consultancy 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 1295819629, Email: rosy.holloway@wrap.org.uk
       Contact: https://www.delta-esourcing.com/respond/8WQRZ4J93R
       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: Individual Technical Advisors Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90713000 - Environmental issues consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: WRAP is creating a framework of specialist individuals that can be appointed on a flexible as and when basis to support the delivery of WRAP’s project work by providing technical expertise to WRAP’s programme delivery teams.

Technical advisors are required in five sector Lots:
Lot 1 - Food and drink
Lot 2 - Clothing and textiles
Lot 3 - Electricals and electronics
Lot 4 - Waste and resource management
Lot 5 - Social research, evaluation and economics (in all sectors)

The work is expected to predominantly relate to the UK and its countries, although work relating to other countries in Europe and worldwide could potentially be required.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,900,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Food and Drink   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.
               UA01-3 - Food products
               UA02-6 - Beverages
            90500000 - Refuse and waste related services.
            79310000 - Market research services.
            79311400 - Economic research services.
            79320000 - Public-opinion polling services.
            79330000 - Statistical 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: Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to sustainable food and drink. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding of WRAP and alignment of ethos with WRAP’s mission, priorities and ambitions / Weighting: 10
      Quality criterion - Name: Skills and expertise specific to the Lot / Weighting: 30
      Quality criterion - Name: \experience and authority specific to the Lot / Weighting: 30
      Quality criterion - Name: Day rate / Weighting: 30
                  
      Cost criterion - Name: Day rate / 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): Items called off under this framework may relate to the FP7 Horizon 2020 & LIFE European Funding streams &/or any other EU-funded projects we become involved with, if funding terms permit.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Clothing and Textiles   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.
               UB02-7 - Clothing


      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: Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to sustainable clothing and textiles. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding of WRAP, and alignment of ethos with WRAP’s mission, priorities and ambitions / Weighting: 10
      Quality criterion - Name: Skills and expertise specific to the Lot / Weighting: 30
      Quality criterion - Name: Experience and authority specific to the Lot / Weighting: 30
                  
      Cost criterion - Name: Day rate / 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): Items called off under this framework may relate to the FP7 Horizon 2020 & LIFE European Funding streams &/or any other EU-funded projects we become involved with, if funding terms permit.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Electricals and Electronics   
      Lot No:3

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.
               KA03-8 - For electrical equipment


      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: Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to sustainable electricals and electronics. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding of WRAP and alignment of ethos with WRAP’s mission, priorities and ambitions / Weighting: 10
      Quality criterion - Name: Skills and expertise specific to the Lot / Weighting: 30
      Quality criterion - Name: Experience and authority specific to the Lot / Weighting: 30
                  
      Cost criterion - Name: Day rate / 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): Items called off under this framework may relate to the FP7 Horizon 2020 & LIFE European Funding streams &/or any other EU-funded projects we become involved with, if funding terms permit.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Waste and Resource Management   
      Lot No:4

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.
            90500000 - Refuse and waste related 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: Individual technical advisors that can provide specific specialisms and activities focussed on specific audiences, relating to waste and resource management. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding of WRAP and alignment of ethos with WRAP’s mission, priorities and ambitions / Weighting: 10
      Quality criterion - Name: Skills and expertise specific to the Lot / Weighting: 30
      Quality criterion - Name: Experience and authority specific to the Lot / Weighting: 30
                  
      Cost criterion - Name: Day rate / 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): Items called off under this framework may relate to the FP7 Horizon 2020 & LIFE European Funding streams &/or any other EU-funded projects we become involved with, if funding terms permit.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Social Research, Evaluation and Economics   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79310000 - Market research services.
            79320000 - Public-opinion polling services.
            79330000 - Statistical services.
            79311400 - Economic research 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: Individual technical advisors that can provide specific social research, evaluation and economics specialisms and activities focussed on specific audiences. The specialisms, activities and audiences are defined in Part A Table A1 of the Invitation to Tender.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding of WRAP and alignment of ethos with WRAP’s mission, priorities and ambitions / Weighting: 10
      Quality criterion - Name: Skills and expertise specific to the Lot / Weighting: 30
      Quality criterion - Name: Experience and authority specific to the Lot / Weighting: 30
                  
      Cost criterion - Name: Day rate / 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): Items called off under this framework may relate to the FP7 Horizon 2020 & LIFE European Funding streams &/or any other EU-funded projects we become involved with, if funding terms permit.

      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
       Not Provided
   

   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: FRA062    
   Lot Number: 1    
   Title: Food & Drink

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 49
         Number of tenders received from SMEs: 41 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 49

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             3 Keel LLP
             11 Standingford House, 26 Cave Street, Oxford, OX4 1BA, United Kingdom
             Tel. +44 1865236500, Email: catherine.mccosker@3keel.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             ADAS UK Ltd
             Pendeford House, Pendeford Business Park, Wobaston Rd, Wolverhampton, WV9 5AP, United Kingdom
             Tel. +44 1902271268, Email: leslie.berger@adas.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Enworks Economic Solutions Limited
             Churchgate House, 56 Oxford Street, Manchester, M1 6EU, United Kingdom
             Tel. +44 1612281111, Email: chris@enworks.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Eunomia Research & Consulting Ltd
             37 Queen Square, Bristol, BS1 4QS,, United Kingdom
             Tel. +44 1179172250, Email: alex.forrest@eunomia.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Green Gain Ltd
             Flat 31, 14 Park Row, Leeds, LS1 5HU, United Kingdom
             Tel. +44 1274238272, Email: ashley@greengain.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Peter Whitehead
             28 Langdale Avenue, Harpenden, AL5 5QU, United Kingdom
             Tel. +44 1582760768, Email: lmsandpjw@btinternet.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: 700,000          
         Total value of the contract/lot: 700,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: FRA062-002    
   Lot Number: 2    
   Title: Clothing & Textiles

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 32
         Number of tenders received from SMEs: 29 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 32

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             3 Keel LLP
             11 Standingford House, 26 Cave Street, Oxford, OX4 1BA, United Kingdom
             Tel. +44 1865236500, Email: catherine.mccosker@3keel.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             biov8tion Ltd
             28 Milner Road, Horfield, Bristol, BS7 9PQ, United Kingdom
             Tel. +44 7842504420, Email: sophie.mather@biov8tion.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Ecocheck
             62 Severn Road, Porthcawl, Bridgend, CF36 3LN, United Kingdom
             Tel. +44 7882317097, Email: eco.check@tiscali.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Ethical Expert Ltd
             Western Park House, Western Park, Leicester, LE3 6HX, United Kingdom
             Tel. +44 7810854072, Email: abi.rushton@ethicalexpert.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Pebble International
             4 Third Avenue, Higher Green, Tyldesley, Manchester, M29 7QY, United Kingdom
             Tel. +44 1942886402, Email: vanessa@pebbleinternational.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Concept+Design
             158 Eversleigh Road, London, SW11 5XB, United Kingdom
             Tel. +44 2072280922, Email: anne.prahl@btinternet.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             The Manchester Metropolitan University
             All Saints, Manchester, M15 6BG, United Kingdom
             Tel. +44 1612472000, Email: s.lin@mmu.ac.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: 700,000          
         Total value of the contract/lot: 700,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: FRA062-003    
   Lot Number: 3    
   Title: Electricals & Electronics

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 27
         Number of tenders received from SMEs: 26 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 27

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ecocheck
             62 Severn Road, Porthcawl, Bridgend, CF36 3LN, United Kingdom
             Tel. +44 7882317097, Email: eco.check@tiscali.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Green Gain Ltd
             Flat 31, 14 Park Row, Leeds, LS1 5HU, United Kingdom
             Tel. +44 1274238272, Email: ashley@greengain.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Martin Gibson
             6 Manor Green, Harwell, Didcot, OX11 0DQ,, United Kingdom
             Tel. +44 7525275064, Email: mgibson@earthlygains.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Petros EcoSolutions Ltd
             5 The Avenue, Lewes, BN7 1QS, United Kingdom
             Tel. +44 7962262622, Email: petercalliafas@btinternet.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             QSA Partners LLP
             Northcot, Hyde Lane, Newnham-on-Severn, GL14 1HQ, United Kingdom
             Tel. +44 7979926557, Email: tomyoule@qsapartners.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Sofies SA
             1, Rue du Vuache, CP 2091, Geneva 1, 1211, Switzerland
             Tel. +44 1223381524, Email: deepali.sinha@sofiesgroup.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: 700,000          
         Total value of the contract/lot: 700,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: FRA062-004    
   Lot Number: 4    
   Title: Waste & Resource Management

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 53
         Number of tenders received from SMEs: 40 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 53

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Circulogic Limited
             34 Waystead Close, Kingsmead, Northwich, CW9 8NN, United Kingdom
             Tel. +44 7801277287, Email: gsampson661714@gmail.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Corporate Culture
             7, De Havilland Drive, Estuary Commerce Park, Liverpool, L24 8RN, United Kingdom
             Tel. +44 8456070000, Email: elaine.smith@corporateculture.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Cutting Edge Marketing Ltd
             Jubilee Lodge, 26 Commercial Street, Cheltenham, GL50 2AU, United Kingdom
             Tel. +44 1242238642, Email: natasha@cuttingedgemarketing.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Eunomia Research & Consulting Ltd
             37 Queen Square, Bristol, BS1 4QS, United Kingdom
             Tel. +44 1179172250, Email: alex.forrest@eunomia.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Naisbitt Resource Management Ltd
             2-02 The Cotton Exchange Building, Old Hall Street, Liverpool, L3 9LQ, United Kingdom
             Tel. +44 7584215018, Email: nigelnaisbitt@naisbittrm.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Resource Futures
             Create Centre, Smeaton Road, Bristol, BS1 6XN, United Kingdom
             Tel. +44 1179304355, Email: sam.reeve@resourcefutures.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             RPS Ireland Ltd
             Elmwood House, 74 Boucher Road, Belfast, BT12 6RZ, United Kingdom
             Tel. +44 2890667914, Email: jill.doherty@rpsgroup.com
             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: 700,000          
         Total value of the contract/lot: 700,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: FRA062-005    
   Lot Number: 5    
   Title: Social Research, Evaluation & Economics

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 34
         Number of tenders received from SMEs: 28 (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: 34

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Anthesis UK Ltd
             The Future Centre, 9, Newtec Place, Magdalen Road, Oxford, OX4 1RE, United Kingdom
             Tel. +44 1865250818, Email: debbie.hitchen@anthesisgroup.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Brook Lyndhurst Ltd
             15 Stamford Brook Avenue, London, W6 0YB, United Kingdom
             Tel. +44 2087417702, Email: david.fell@brooklyndhurst.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CooperGibson Research
             The Salisbury, 5th Floor (744-750), Salisbury House, Finsbury Circus, London, EC2M 5QQ, United Kingdom
             Tel. +44 7815289660, Email: sarah@coopergibson.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Elaine Kerrell Environmental Consultancy
             3 Sandy Walk, Bramhope, Leeds, LS16 9DW, United Kingdom
             Tel. +44 1132677406, Email: greenerv4@hotmail.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Exodus Research Ltd
             Ardwyn Channon Chartered Accountants, 4 Stoddens Road, Old Holt Farm, Burnham-on-Sea, TA8 2NZ, United Kingdom
             Tel. +44 1934751009, Email: lorrayne.ventour@exodusresearch.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             P&A Research and Consulting
             Anova House, Wickhurst Lane, Broadbridge Heath, Horsham, RH12 3LZ, United Kingdom
             Tel. +44 1273841827, Email: drdj.parsons@gmail.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Richard Dorsett
             3 Beaumont Avenue, St Albans, AL1 4TH, United Kingdom
             Tel. +44 7931777634, Email: richard.dorsett@googlemail.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: 700,000          
         Total value of the contract/lot: 700,000
         Currency: GBP

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

   VI.3) Additional information: 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.

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,Monday to Friday excluding bank holidays).

Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficienttime before the deadline to submit your tender information.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=218022528

   VI.4) Procedures for review

      VI.4.1) Review body
          WRAP
          Banbury, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          WRAP
          Banbury, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: WRAP will incorporate a minimum 10 calendar day standstill period from the point at which the intention to award contracts is communicated to tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the contracts are entered into. Such additional information should be requested from see Item I.1)

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

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