WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Business Technical Advisors & Research Analysts Framework |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The objective of this framework is to provide high quality technical advisor services to WRAP in sustainability and resource efficiency in our priority sectors (food & drink, sustainable plastics, and sustainable textiles) and in descriptive and associational research and analysis, to support us with effective delivery of our projects and programmes. |
Published: | 04/12/2020 17:31 |
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 1295819900, Email: dave.marsh@wrap.org.uk
Contact: Dave Marsh
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: https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Business-and-management-consultancy-services./MNQX52B449
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/MNQX52B449 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: Business Technical Advisors & Research Analysts Framework
Reference Number: FRA073
II.1.2) Main CPV Code:
79410000 - Business and management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The objective of this framework is to provide high quality technical advisor services to WRAP in sustainability and resource efficiency in our priority sectors (food & drink, sustainable plastics, and sustainable textiles) and in descriptive and associational research and analysis, to support us with effective delivery of our projects and programmes.
II.1.5) Estimated total value:
Value excluding VAT: 5,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination of lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Food & Drink
Lot No: 1
II.2.2) Additional CPV codes:
15000000 - Food, beverages, tobacco and related products.
03000000 - Agricultural, farming, fishing, forestry and related products.
90710000 - Environmental management.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: WRAP is working with organisations in the food and drink industry to create economic and environmental value from reducing food waste and greenhouse gas emissions, and tackling issues around water scarcity across the supply chain. This Lot will provide technical expertise to support WRAP deliver this activity. See the procurement documents for full scope and requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework Lots at its discretion by up to a further 48 months.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Tenderers will propose the specialisms they can provide, from defined criteria lists.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MNQX52B449
II.2) Description Lot No. 2
II.2.1) Title: Sustainable Plastics
Lot No: 2
II.2.2) Additional CPV codes:
19520000 - Plastic products.
90710000 - Environmental management.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: In the UK and globally we need to move away from a linear plastics economy, where we take, make and dispose of plastic, and towards a circular system where we keep plastic in the economy and out of the natural environment. This Lot will provide technical expertise to support WRAP deliver this activity. See the procurement documents for full scope and requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
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: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework Lots at its discretion by up to a further 48 months.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Tenderers will propose the specialisms they can provide, from defined criteria lists.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MNQX52B449
II.2) Description Lot No. 3
II.2.1) Title: Sustainable Textiles
Lot No: 3
II.2.2) Additional CPV codes:
19000000 - Leather and textile fabrics, plastic and rubber materials.
18000000 - Clothing, footwear, luggage articles and accessories.
90710000 - Environmental management.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: WRAP is transforming the way the clothing and textiles industry produces, buys, uses and re-uses textiles and clothing, to reduce environmental impacts. Since the inception of the SCAP 2020 Commitment in 2013, WRAP has worked with over 80 organisations to reduce their environmental impacts. In 2017, SCAP signatories have cut water impacts by 13.5%; carbon impacts by 10.6%; waste impacts arising across the product life cycle by 0.8%, and there has been a reduction in household residual waste by 14%, per tonne of clothing. This Lot will provide technical expertise to support WRAP deliver this activity. See the procurement documents for full scope and requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework Lots at its discretion by up to a further 48 months.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Tenderers will propose the specialisms they can provide, from defined criteria lists.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MNQX52B449
II.2) Description Lot No. 4
II.2.1) Title: Descriptive Research
Lot No: 4
II.2.2) Additional CPV codes:
79300000 - Market and economic research; polling and statistics.
90710000 - Environmental management.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: WRAP is an evidence-led organisation, and this forms a core part of our reputation.
• Compiling research and analysing the evidence to help our partners build a case, seize opportunities and overcome challenges.
• Carefully building and understanding the evidence is the foundation of everything we do.
• Our ground-breaking research is trusted by hundreds of business, governments and charities in the UK, Europe and beyond.
This Lot will provide technical expertise to support WRAP deliver this activity. See the procurement documents for full scope and requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework Lots at its discretion by up to a further 48 months.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Tenderers will propose the specialisms they can provide, from defined criteria lists.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MNQX52B449
II.2) Description Lot No. 5
II.2.1) Title: Associational Research
Lot No: 5
II.2.2) Additional CPV codes:
79300000 - Market and economic research; polling and statistics.
90710000 - Environmental management.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: WRAP is an evidence-led organisation, and this forms a core part of our reputation.
• Compiling research and analysing the evidence to help our partners build a case, seize opportunities and overcome challenges.
• Carefully building and understanding the evidence is the foundation of everything we do.
• Our ground-breaking research is trusted by hundreds of business, governments and charities in the UK, Europe and beyond.
This Lot will provide technical expertise to support WRAP deliver this activity. See the procurement documents for full scope and requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreements will initially have a duration to 31 March 2023, with the option for WRAP to extend framework Lots at its discretion by up to a further 48 months.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Tenderers will propose the specialisms they can provide, from defined criteria lists.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MNQX52B449
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/01/2021 Time: 23:45
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 07/01/2021
Time: 08:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Tendering:
• This procurement will be managed electronically through the Delta eSourcing suite.
• Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’.
• For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30 UK time, Monday to Friday excluding bank holidays).
• Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficient time before the deadline to submit your application/tender.
• Any queries about this procurement must be submitted through Delta, not by any other route.
Award:
• WRAP does not commit to awarding any work under this framework.
• All values expressed within this Contract Notice are maximum values and are not intended to represent a guarantee of the level or value of contract that may ultimately be awarded to any supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Business-and-management-consultancy-services./MNQX52B449
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MNQX52B449
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
Internet address: www.wrap.org.uk
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:
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.5) Date Of Dispatch Of This Notice: 04/12/2020
Annex A
View any Notice Addenda
UK-Banbury: Business and management consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900, Email: dave.marsh@wrap.org.uk
Contact: Dave Marsh
Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk/tenders
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Business Technical Advisors & Research Analysts Framework Reference number: FRA073
II.1.2) Main CPV code:
79410000 - Business and management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The objective of this framework is to provide high quality technical advisor services to WRAP in sustainability and resource efficiency in our priority sectors (food & drink, sustainable plastics, and sustainable textiles) and in descriptive and associational research and analysis, to support us with effective delivery of our projects and programmes.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 17/12/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 246165
Notice number in OJ S: 2020/S 240 - 594955
Date of dispatch of the original notice: 04/12/2020
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: IV.2.2)
Instead of:
Date: 06/01/2021
Local Time: 23:45
Read:
Date: 10/01/2021
Local Time: 23:45
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Business-and-management-consultancy-services./MNQX52B449
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MNQX52B449
Business Technical Advisors & Research Analysts Framework
UK-Banbury: Business and management consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900, Email: dave.marsh@wrap.org.uk
Contact: Dave Marsh
Main Address: www.wrap.org.uk, Address of the buyer profile: www.wrap.org.uk/tenders
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Business Technical Advisors & Research Analysts Framework Reference number: FRA073
II.1.2) Main CPV code:
79410000 - Business and management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The objective of this framework is to provide high quality technical advisor services to WRAP in sustainability and resource efficiency in our priority sectors (food & drink, sustainable plastics, and sustainable textiles) and in descriptive and associational research and analysis, to support us with effective delivery of our projects and programmes.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 21/12/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 246165
Notice number in OJ S: 2020/S 240 - 594955
Date of dispatch of the original notice: 04/12/2020
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.2.7)
Place of text to be modified: IV.2.7)
Instead of:
Date: 07/01/2021
Local Time: 08:00
Read:
Date: 11/01/2021
Local Time: 08:00
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Business-and-management-consultancy-services./MNQX52B449
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MNQX52B449
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 1295819900, Email: dave.marsh@wrap.org.uk
Contact: Dave Marsh
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: Business Technical Advisors & Research Analysts Framework
Reference number: FRA073
II.1.2) Main CPV code:
79410000 - Business and management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The objective of this framework is to provide high quality technical advisor services to WRAP in sustainability and resource efficiency in our priority sectors (food & drink, sustainable plastics, and sustainable textiles) and in descriptive and associational research and analysis, to support us with effective delivery of our projects and programmes.
THIS PROCUREMENT HAS NOW CONCLUDED
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 5,200,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Food & Drink
Lot No:1
II.2.2) Additional CPV code(s):
15000000 - Food, beverages, tobacco and related products.
03000000 - Agricultural, farming, fishing, forestry and related products.
90710000 - Environmental management.
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: WRAP is working with organisations in the food and drink industry to create economic and environmental value from reducing food waste and greenhouse gas emissions, and tackling issues around water scarcity across the supply chain. This Lot will provide technical expertise to support WRAP deliver this activity.
II.2.5) Award criteria:
Cost criterion - Name: Day rate / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Tenderers proposed the specialisms they can provide, from defined criteria lists.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: THIS PROCUREMENT HAS CONCLUDED
II.2) Description (lot no. 2)
II.2.1) Title:Sustainable Plastics
Lot No:2
II.2.2) Additional CPV code(s):
19520000 - Plastic products.
90710000 - Environmental management.
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 the UK and globally we need to move away from a linear plastics economy, where we take, make and dispose of plastic, and towards a circular system where we keep plastic in the economy and out of the natural environment. This Lot will provide technical expertise to support WRAP deliver this activity.
II.2.5) Award criteria:
Cost criterion - Name: Day rate / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Tenderers proposed the specialisms they can provide, from defined criteria lists.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: THIS PROCUREMENT HAS CONCLUDED
II.2) Description (lot no. 3)
II.2.1) Title:Sustainable Textiles
Lot No:3
II.2.2) Additional CPV code(s):
19000000 - Leather and textile fabrics, plastic and rubber materials.
18000000 - Clothing, footwear, luggage articles and accessories.
90710000 - Environmental management.
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: WRAP is transforming the way the clothing and textiles industry produces, buys, uses and re-uses textiles and clothing, to reduce environmental impacts. Since the inception of the SCAP 2020 Commitment in 2013, WRAP has worked with over 80 organisations to reduce their environmental impacts. In 2017, SCAP signatories have cut water impacts by 13.5%; carbon impacts by 10.6%; waste impacts arising across the product life cycle by 0.8%, and there has been a reduction in household residual waste by 14%, per tonne of clothing. This Lot will provide technical expertise to support WRAP deliver this activity.
II.2.5) Award criteria:
Cost criterion - Name: Day rate / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Tenderers proposed the specialisms they can provide, from defined criteria lists.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: THIS PROCUREMENT HAS CONCLUDED
II.2) Description (lot no. 4)
II.2.1) Title:Descriptive Research
Lot No:4
II.2.2) Additional CPV code(s):
79300000 - Market and economic research; polling and statistics.
90710000 - Environmental management.
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: WRAP is an evidence-led organisation, and this forms a core part of our reputation.
• Compiling research and analysing the evidence to help our partners build a case, seize opportunities and overcome challenges.
• Carefully building and understanding the evidence is the foundation of everything we do.
• Our ground-breaking research is trusted by hundreds of business, governments and charities in the UK, Europe and beyond.
This Lot will provide technical expertise to support WRAP deliver this activity.
II.2.5) Award criteria:
Cost criterion - Name: Day rate / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Tenderers proposed the specialisms they can provide, from defined criteria lists.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: THIS PROCUREMENT HAS CONCLUDED
II.2) Description (lot no. 5)
II.2.1) Title:Associational Research
Lot No:5
II.2.2) Additional CPV code(s):
79300000 - Market and economic research; polling and statistics.
90710000 - Environmental management.
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: WRAP is an evidence-led organisation, and this forms a core part of our reputation.
• Compiling research and analysing the evidence to help our partners build a case, seize opportunities and overcome challenges.
• Carefully building and understanding the evidence is the foundation of everything we do.
• Our ground-breaking research is trusted by hundreds of business, governments and charities in the UK, Europe and beyond.
This Lot will provide technical expertise to support WRAP deliver this activity.
II.2.5) Award criteria:
Cost criterion - Name: Day rate / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Tenderers proposed the specialisms they can provide, from defined criteria lists.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): The framework suppliers may be utilised by WRAP on EU funded projects/programmes, though these projects/programmes are not currently known.
II.2.14) Additional information: THIS PROCUREMENT HAS CONCLUDED
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: Yes
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: 2020/S 240-594955
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: 001
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Oakdene Hollins Ltd, 02937129
Ardenham Court, Oxford Road, Aylesbury, HP19 8HT, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 002
Lot Number: 12
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Green Gain (Leeds) Ltd, 08575779
Nexus, Discovery Way, University of Leeds, Leeds, LS2 3AA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 003
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Shirahime Advisory, n/a
Mosstrasse 51, Adliswil, Zurich, 8134, Switzerland
NUTS Code: CH
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 004
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Butterfly Beats Ltd, 10492202
130 Old Street, London, EC1V 9BD, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 005
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Dan Eatherley, n/a
27 Doriam Close, Exeter, EX4 4RS, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 006
Lot Number: 23
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Dr. Ashley Holding Consulting, n/a
Walderdorffstrasse 4, Elz, 65604, Germany
NUTS Code: DE
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 007
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Gather (Scotland) Ltd, SC588709
2/2, 88 Leslie Street, Glasgow, G41 2RR, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: 008
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Brook Lyndhurst Ltd, 03790275
15 Stamford Brook Avenue, London, W6 0YB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: 009
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Nextek Ltd, 05495567
Suite 5, 66 Westbourne Terrace, London, W2 3UJ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: 010
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Birnie & Associates Consulting Ltd, NI646215
25 Laurel View, Dungannon, BT71 6UA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: 011
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Green Knight Sustainability Consulting Ltd, 10749198
Holly Homestead, The Square, Middleton by Youlgreave, Bakewell, DE45 1LS, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.12)
Contract No: 012
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Technia Business Solutions Ltd, 05650929
c/o Mwr Accountants Limited, 292 North Road, Cardiff, CF14 3BN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.13)
Contract No: 013
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Achieve Goal 12 Ltd, 12374343
10 Carisbrook Avenue, Urmston, Manchester, M41 9DF, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.14)
Contract No: 014
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Flourish CSR Ltd, 12321318
141 Englishcombe Lane, Bath, BA2 2EL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.15)
Contract No: 015
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Climb the Green Ladder, n/a
99 Marlborough Crescent, Sevenoaks, TN13 2HN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.16)
Contract No: 016
Lot Number: 14
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Rebecca Hawkins and Partners Ltd, 05504873
c/o Nockels Gee, 5 The Chambers, Vineyard, Abingdon on Thames, OX14 3PX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.17)
Contract No: 017
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
QSA Partners LLP, OC386681
24 John Clare Close, Brackley, NN13 5GG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.18)
Contract No: 018
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ridge Environmental Ltd, 10286144
3 Elm Road, Gatley, Cheadle, Stockport, SK8 4LY, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.19)
Contract No: 019
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
concept+design, n/a
158 Eversleigh Road, London, SW11 5XB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.20)
Contract No: 020
Lot Number: 125
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Resource Futures Ltd, 05753433
The CREATE Centre, Smeaton Road, Bristol, BS1 6XN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.21)
Contract No: 021
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2021
V.2.2) Information about tenders
Number of tenders received: 26
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: 0
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Research Jack Ltd, 13112726
5 Cameron Square, Mitcham, CR4 3SH, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: THIS PROCUREMENT HAS CONCLUDED
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=602100614
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
Internet address: www.wrap.org.uk
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
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.5) Date of dispatch of this notice: 05/07/2021