WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Sustainable Resource Management in Wales |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This tender process will secure service providers to be part of a pool of appointed consultants that will be used by WRAP to recruit and provide eligible SME businesses across Wales with business development support and/or technical expertise, covering the following 3 lots: LOT 1 Business support for Small Medium Enterprises (SMEs) in the resource management and re-use sectors including commercial businesses, not for profit, third sector and voluntary organisations; LOT 2 Technical support for SME manufacturers using, or considering the use of, externally sourced recycled content in products and/or packaging; LOT 3 Technical Support for Welsh public sector organisations in considering resource efficiency and sustainability in public procurement processes. |
Published: | 04/08/2016 14:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295817865, Email: mark.kinghorne@wrap.org.uk
Contact: Mark Kinghorne
Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk/tenders
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Environmental-management./YM7PS4MFUT
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/YM7PS4MFUT to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Sustainable Resource Management in Wales
Reference Number: WCB100
II.1.2) Main CPV Code:
90710000 - Environmental management.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This tender process will secure service providers to be part of a pool of appointed consultants that will be used by WRAP to recruit and provide eligible SME businesses across Wales with business development support and/or technical expertise, covering the following 3 lots:
LOT 1 Business support for Small Medium Enterprises (SMEs) in the resource management and re-use sectors including commercial businesses, not for profit, third sector and voluntary organisations;
LOT 2 Technical support for SME manufacturers using, or considering the use of, externally sourced recycled content in products and/or packaging;
LOT 3 Technical Support for Welsh public sector organisations in considering resource efficiency and sustainability in public procurement processes.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
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: Any or all Lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Business Support (Waste Resource Sector and Re-use & Repair)
Lot No: 1
II.2.2) Additional CPV codes:
90710000 - Environmental management.
79411100 - Business-development consultancy services.
90514000 - Refuse recycling services.
80540000 - Environmental training services.
II.2.3) Place of performance:
UKL WALES
II.2.4) Description of procurement: Business support for Small Medium Enterprises (SMEs) in the resource management and re-use sectors including commercial businesses, not for profit, third sector and voluntary organisations.
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: 683,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals: Contracts shall be awarded for 18 months (to April 2018) with an option for WRAP to extend them by a further 2 years (1+1) subject to future funding, and a satisfactory annual performance review.
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: Technical Support - Recycled content in manufacturing products and/or packaging
Lot No: 2
II.2.2) Additional CPV codes:
79415000 - Production management consultancy services.
79930000 - Speciality design services.
79920000 - Packaging and related services.
II.2.3) Place of performance:
UKL WALES
II.2.4) Description of procurement: Technical support for Small - Medium manufacturers based in Wales using, or considering the use of, externally sourced recycled content in products and/or packaging.
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: 256,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals: Contracts shall be awarded for 18 months (to April 2018) with an option for WRAP to extend them by a further 2 years (1+1) subject to future funding, and a satisfactory annual performance review.
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. 3
II.2.1) Title: Sustainable public procurement
Lot No: 3
II.2.2) Additional CPV codes:
79418000 - Procurement consultancy services.
II.2.3) Place of performance:
UKL WALES
II.2.4) Description of procurement: Technical Support for Welsh public sector organisations in considering resource efficiency and sustainability in public procurement processes.
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: 192,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals: Contracts shall be awarded for 18 months (to April 2018) with an option for WRAP to extend them by a further 2 years (1+1) subject to future funding, and a satisfactory annual performance review.
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:
Requirements are stated in Part A of the ITT
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
Requirements are stated in the ITT
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/09/2016 Time: 23:55
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): 3
IV.2.7) Conditions for opening of tenders:
Date: 06/09/2016
Time: 09:00
Place:
WRAP Office, Banbury, OX16 5BH
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.Part A sets out the background, scope, objectives, specific requirements and instructions on how to prepare and submit a tender.
Part B Is the application template that must be used to submit tenders.
Part C details the evaluation of applications and award process.
Part D sets out the terms and conditions. There can be no negotiations over the terms of the procurement process or contract documents; you must therefore satisfy yourself as to all requirements and the Terms and Conditions of Contract.
WRAP 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.
Tender Submissions:
This procurement will be managed electronically through the Delta eSourcing suite.
Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’.
For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30, 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 tender.
WRAP does not commit to awarding any work under this project. 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:-Environmental-management./YM7PS4MFUT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YM7PS4MFUT
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, Email: mark.kinghorne@wrap.org.uk
Internet address: www.wrap.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 04/08/2016
Annex A