WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | WRAP Behaviour Change Brands and Campaigns |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | WRAP’s behaviour change brands are a core part of the way we engage with individuals to drive behaviour change in our priority areas of food; plastics; textiles; and resource management. Once appointed we will require agencies to develop and deliver creative ideas, concepts, campaigns and cost models against specific requirements over the contract duration. |
Published: | 17/12/2019 08:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street,, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295817860, Email: hannah.lucas@wrap.org.uk
Main Address: www.wrap.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/4ESHFQA99C
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: WRAP Behaviour Change Brands and Campaigns
Reference Number: Not provided
II.1.2) Main CPV Code:
79340000 - Advertising and marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: WRAP’s behaviour change brands are a core part of the way we engage with individuals to drive behaviour change in our priority areas of food; plastics; textiles; and resource management.
Once appointed we will require agencies to develop and deliver creative ideas, concepts, campaigns and cost models against specific requirements over the contract duration.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: 1
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: Resource Management
Lot No: 1
II.2.2) Additional CPV codes:
79342000 - Marketing services.
79341400 - Advertising campaign services.
79311410 - Economic impact assessment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Resource Management:
-Recycle Now
-Citizen Plastics
-Love Your Clothes
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: 5,833,333
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2020 / End: 31/03/2023
This contract is subject to renewal: Yes
Description of renewals: 1 year extension option until March 31st 2024
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: The 5 highest scoring candidates in Stage 1 (SQ) plus ties will proceed to Stage 2 (tender) (unless fewer acceptable applications are received)
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with, although this is unlikely.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/D83VPR854M
II.2) Description Lot No. 2
II.2.1) Title: Food Waste
Lot No: 2
II.2.2) Additional CPV codes:
79342000 - Marketing services.
79341400 - Advertising campaign services.
79311410 - Economic impact assessment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Food Waste:
Love Food Hate Waste
Wasting Food It's Out of Date
Guardians of Grub
Small Change Big Difference
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: 3,333,333
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2020 / End: 31/03/2023
This contract is subject to renewal: Yes
Description of renewals: 1 year extension option until March 31st 2024
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: The 5 highest scoring candidates in Stage 1 (SQ) plus ties will proceed to Stage 2 (tender) (unless fewer acceptable applications are received)
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with, although this is unlikely.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/D83VPR854M
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
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Conditions as stated in the procurement conditions.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/01/2020
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/01/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
— Part A sets out the background, scope, objectives, specific requirements and instructions on how to prepare and submit a selection application and tender.
— Part B is the selection questionnaire application form. Requests to participate must be made using this form — submissions in any other format will be rejected.
— Part C explains how applications and tenders will be evaluated, and provides the evaluation criteria.
— Part D details the terms and conditions. There can be no negotiations over the terms of the procurement
Applications and tender submissions: This procurement will be managed electronically through the Delta eSourcing suite. Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’. For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30 UK time, Monday to Friday excluding bank holidays). Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficient time before the deadline to submit your application/tender. Any queries about this procurement must be submitted through Delta, not by any other route.
All values expressed within this Contract Notice are maximum values and are not intended to represent a guarantee of the level or value of contract that may ultimately be awarded to any supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Advertising-and-marketing-services./4ESHFQA99C
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4ESHFQA99C
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 1295817860
VI.4.2) Body responsible for mediation procedures:
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/12/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street,, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295817860, Email: hannah.lucas@wrap.org.uk
Main Address: www.wrap.org.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: WRAP Behaviour Change Brands and Campaigns
Reference number: BHV020
II.1.2) Main CPV code:
79340000 - Advertising and marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: WRAP’s behaviour change brands are a core part of the way we engage with individuals to drive behaviour change in our priority areas of food; plastics; textiles; and resource management.
Once appointed we will require agencies to develop and deliver creative ideas, concepts, campaigns and cost models against specific requirements over the contract duration.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 9,166,666
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Resource Management
Lot No:1
II.2.2) Additional CPV code(s):
79342000 - Marketing services.
79341400 - Advertising campaign services.
79311410 - Economic impact assessment.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Resource Management:
-Recycle Now
-Citizen Plastics
-Love Your Clothes
II.2.5) Award criteria:
Price - Weighting: 25
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with, although this is unlikely.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/D83VPR854M
II.2) Description (lot no. 2)
II.2.1) Title:Food Waste
Lot No:2
II.2.2) Additional CPV code(s):
79342000 - Marketing services.
79341400 - Advertising campaign services.
79311410 - Economic impact assessment.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Food Waste:
Love Food Hate Waste
Wasting Food It's Out of Date
Guardians of Grub
Small Change Big Difference
II.2.5) Award criteria:
Price - Weighting: 25
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with, although this is unlikely.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/D83VPR854M
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 244-600623
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: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 18/03/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Radley Yeldar Limited, 2049294
24 Charlotte Road, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,833,333
Total value of the contract/lot: 5,833,333
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: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 18/03/2020
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)
Kindred Agency Ltd, 07387574
4th Floor, Dean Bradley House, 52 Horseferry Road, London, SW1P 2AF, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,333,333
Total value of the contract/lot: 3,333,333
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: All values expressed within this Contract 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=499645548
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 1295817860
VI.4.2) Body responsible for mediation procedures
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/06/2020