Braintree District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | In-Cab Technology & Waste Services Consultancy |
Notice type: | Contract Notice |
Authority: | Braintree District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | A National Framework Agreement for the provision of In-Cab Technology Solutions and Waste Services Consultancy. This will include, but not be limited to - Route Optimisation Collection Data Notifications Commercial Quotes & Invoicing Pay by weight CCTV & Dash Cams GPS Telematics Back Office System Hardware Consultancy - writing business cases, policies & carrying out service reviews |
Published: | 10/09/2021 11:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Braintree District Council
Causeway House, Blocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: paula.jarvis@braintree.gov.uk
Contact: Paula Jarvis
Main Address: www.ephframeworks.org
NUTS Code: UKH3
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-Braintree:-Waste-analysis-services./Q9Q36ZS3W9
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/ 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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: In-Cab Technology & Waste Services Consultancy
Reference Number: Not provided
II.1.2) Main CPV Code:
79723000 - Waste analysis services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: A National Framework Agreement for the provision of In-Cab Technology Solutions and Waste Services Consultancy. This will include, but not be limited to -
Route Optimisation
Collection Data
Notifications
Commercial Quotes & Invoicing
Pay by weight
CCTV & Dash Cams
GPS
Telematics
Back Office System
Hardware
Consultancy - writing business cases, policies & carrying out service reviews
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: In-Cab Teachnology
Lot No: 1
II.2.2) Additional CPV codes:
72222100 - Information systems or technology strategic review services.
72222300 - Information technology services.
79723000 - Waste analysis services.
90500000 - Refuse and waste related services.
90511000 - Refuse collection services.
90511100 - Urban solid-refuse collection services.
90512000 - Refuse transport services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: In-Cab Technology Solutions. This will include, but not be limited to -
Route Optimisation
Collection Data
Notifications
Commercial Quotes & Invoicing
Pay by weight
CCTV & Dash Cams
GPS
Telematics
Back Office System
Hardware
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: 10,000,000
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: No
Description of renewals: Not provided
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Waste Services Consultancy
Lot No: 2
II.2.2) Additional CPV codes:
79723000 - Waste analysis services.
90500000 - Refuse and waste related services.
71311200 - Transport systems consultancy services.
71621000 - Technical analysis or consultancy services.
72000000 - IT services: consulting, software development, Internet and support.
72220000 - Systems and technical consultancy services.
72221000 - Business analysis consultancy services.
72227000 - Software integration consultancy services.
72246000 - Systems consultancy services.
72266000 - Software consultancy services.
79400000 - Business and management consultancy and related services.
79410000 - Business and management consultancy services.
79411100 - Business-development consultancy services.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: A National Framework Agreement for the provision Waste Services Consultancy. This will include, but not be limited to -
Writing business cases,
Writing policies & procedures
Carrying out waste service review
Advice & guidance
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: 10,000,000
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: No
Description of renewals: Not provided
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: No
Identification of the project: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
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
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
Not Provided
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: No
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: 6
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: 11/10/2021 Time: 12:00
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:
Until: 11/03/2022
IV.2.7) Conditions for opening of tenders:
Date: 11/10/2021
Time: 12:00
Place:
Braintree
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.
This Framework Agreement as described above will be available to all UK public bodies. This includes local authorities, educational establishments, registered providers and emergency services, NHS bodies, central government departments and their agencies and also registered charities. See the following websites for details:
https://www.gov.uk/school-performance-tables
https://education.gov.scot/parentzone/find-a-school
https://hwb.gov.wales/
https://gov.wales/statistics-and-research/address-list-of-schools/?lang=en
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.compare-school-performance.service.gov.uk/
https://unistats.ac.uk/institutions/
http://www.police.uk/forces.htm
http://www.psni.police.uk/index.htm
http://www.gov.scot/Topics/archive/law-order/Police/PoliceServiceofScotland
http://www.cfoa.org.uk/12247
http://www.nifrs.org/areas-districts/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.firescotland.gov.uk/your-area.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://online.hscni.net/other-hsc-organisations/
http://www.show.scot.nhs.uk/organisations/
http://www.scottishambulance.com/TheService/organised.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
http://www.oscr.org.uk/
http://www.charitycommissionni.org.uk/
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Waste-analysis-services./Q9Q36ZS3W9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q9Q36ZS3W9
VI.4) Procedures for review
VI.4.1) Review body:
Braintree District Council
Causeway House, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: paula.jarvis@braintree.gov.uk
VI.4.2) Body responsible for mediation procedures:
Braintree District Council
Causeway House, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414
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: 10/09/2021
Annex A
View any Notice Addenda
UK-Braintree: Waste analysis services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Braintree District Council
Causeway House, Blocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: paula.jarvis@braintree.gov.uk
Contact: Paula Jarvis
Main Address: www.ephframeworks.org
NUTS Code: UKH3
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: In-Cab Technology & Waste Services Consultancy Reference number: Not Provided
II.1.2) Main CPV code:
79723000 - Waste analysis services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: A National Framework Agreement for the provision of In-Cab Technology Solutions and Waste Services Consultancy. This will include, but not be limited to -
Route Optimisation
Collection Data
Notifications
Commercial Quotes & Invoicing
Pay by weight
CCTV & Dash Cams
GPS
Telematics
Back Office System
Hardware
Consultancy - writing business cases, policies & carrying out service reviews
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 16/09/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 347147
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 10/09/2021
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 11/10/2021
Local Time: 12:00
Read:
Date: 25/10/2021
Local Time: 12:00
VII.2) Other additional information: See previous notice for additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Waste-analysis-services./Q9Q36ZS3W9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q9Q36ZS3W9
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
N/A
N/A, N/A, N/A, United Kingdom
Email: paula.jarvis@braintree.gov.uk
Main Address: www.ephframeworks.org
NUTS Code: UK
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Braintree District Council
Causeway House, Blocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: paula.jarvis@braintree.gov.uk
Contact: Paula Jarvis
Main Address: www.ephframeworks.org
NUTS Code: UKH3
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:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: In-Cab Technology & Waste Services Consultancy
Reference number: Not Provided
II.1.2) Main CPV code:
79723000 - Waste analysis services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: A National Framework Agreement for the provision of In-Cab Technology Solutions and Waste Services Consultancy. This will include, but not be limited to -
Route Optimisation
Collection Data
Notifications
Commercial Quotes & Invoicing
Pay by weight
CCTV & Dash Cams
GPS
Telematics
Back Office System
Hardware
Consultancy - writing business cases, policies & carrying out service reviews
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 20,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:In-Cab Teachnology
Lot No:1
II.2.2) Additional CPV code(s):
72222100 - Information systems or technology strategic review services.
72222300 - Information technology services.
79723000 - Waste analysis services.
90500000 - Refuse and waste related services.
90511000 - Refuse collection services.
90511100 - Urban solid-refuse collection services.
90512000 - Refuse transport 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: In-Cab Technology Solutions. This will include, but not be limited to -
Route Optimisation
Collection Data
Notifications
Commercial Quotes & Invoicing
Pay by weight
CCTV & Dash Cams
GPS
Telematics
Back Office System
Hardware
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: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Waste Services Consultancy
Lot No:2
II.2.2) Additional CPV code(s):
79723000 - Waste analysis services.
90500000 - Refuse and waste related services.
71311200 - Transport systems consultancy services.
71621000 - Technical analysis or consultancy services.
72000000 - IT services: consulting, software development, Internet and support.
72220000 - Systems and technical consultancy services.
72221000 - Business analysis consultancy services.
72227000 - Software integration consultancy services.
72246000 - Systems consultancy services.
72266000 - Software consultancy services.
79400000 - Business and management consultancy and related services.
79410000 - Business and management consultancy services.
79411100 - Business-development consultancy services.
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: A National Framework Agreement for the provision Waste Services Consultancy. This will include, but not be limited to -
Writing business cases,
Writing policies & procedures
Carrying out waste service review
Advice & guidance
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: No
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 000-022530
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: In-Cab Technology
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Abavus Ltd, 06082412
7-8 The Shrubberies, South Woodford, London, E18 1BD, United Kingdom
NUTS Code: UKI
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: In-Cab Technology
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Bartec Auto ID Ltd, 02719701
Unit 9 Redbrook Business Park, Barnsley, S75 1JN, United Kingdom
NUTS Code: UKE31
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 2
Title: Waste Services Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
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)
Integrated Skills, 02849999
Suite 3A, Chapel Allerton House, Leeds, LS7 4NY, United Kingdom
NUTS Code: UKE42
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 1
Title: In Cab Technology
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Selected Interventions Ltd, 07641169
Moorgate House, West Oxted, RH8 9EE, United Kingdom
NUTS Code: UKJ2
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 1
Title: In Cab Technology
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Webaspx limited, SC201416
Q Court 3, Edinburgh, EH 4 5BP, United Kingdom
NUTS Code: UKM75
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 1
Title: In Cab Technology
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
White Space Work Software Limited, 05378485
Riverside Court, Godalming, GU 7 1JX, United Kingdom
NUTS Code: UKJ2
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 1
Title: In Cab Technology
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Yotta Ltd, 01987036
6 Oxford Industrial Park, Yarnton, OX5 1QU, United Kingdom
NUTS Code: UKJ14
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: 2
Title: Waste Services Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
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)
Plan B Management, 05873377
Gilmarde House, Banbury, OX16 9AB, United Kingdom
NUTS Code: UKJ14
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: Not Provided
Lot Number: 2
Title: Waste Services Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
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)
Selected Interventions Ltd, 07641169
Moorgate House, West Oxted, RH8 9EE, United Kingdom
NUTS Code: UKJ2
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: Not Provided
Lot Number: 2
Title: Waste Services Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/11/2021
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)
Webaspx Limited, SC201416
Q Court 3, Edinburgh, EH4 5BP, United Kingdom
NUTS Code: UKM75
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: 10,000,000
Total value of the contract/lot: 10,000,000
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 Framework Agreement as described above will be available to all UK public bodies. This includes local authorities, educational establishments, registered providers and emergency services, NHS bodies, central government departments and their agencies and also registered charities. Use the following link for details:
https://www.ephframeworks.org/frameworks/public-sector-bodies-able-use-framework-agreements
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=651937192
VI.4) Procedures for review
VI.4.1) Review body
Braintree District Council
Causeway House, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: paula.jarvis@braintree.gov.uk
VI.4.2) Body responsible for mediation procedures
Braintree District Council
Causeway House, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414
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: 17/12/2021