WRAP (Waste and Resources Action Programme): Demonstrating increased recycled content in Welsh manufacturing

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

Notice Summary
Title: Demonstrating increased recycled content in Welsh manufacturing
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Services
Procedure: Open
Short Description: WRAP are seeking to overcome the technical and commercial barriers which limit the use of post-consumer recycled plastics and other priority materials in products produced in Wales, beyond the currently accepted practices and that result in a lack of differentiated market for recycled polymers. To assist with this they are seeking to appoint Contractor(s) to carry out demonstration trials with the objective of developing and demonstrating solutions for overcoming real or perceived barriers to increasing recycled content by manufacturers in Wales.
Published: 30/09/2022 19:22

View Full Notice

UK-Banbury: Development consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Waste & Resources Action Programme, WRAP
             Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
             Tel. +44 1295819900, Email: louise.taggart@wrap.org.uk
             Contact: Louise Taggart
             Main Address: www.wrap.org.uk, Address of the buyer profile: 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/tenders/UK-UK-Banbury:-Development-consultancy-services./789673F9H3
      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/789673F9H3 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: Demonstrating increased recycled content in Welsh manufacturing       
      Reference Number: TRW001
      II.1.2) Main CPV Code:
      73220000 - Development consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: WRAP are seeking to overcome the technical and commercial barriers which limit the use of post-consumer recycled plastics and other priority materials in products produced in Wales, beyond the currently accepted practices and that result in a lack of differentiated market for recycled polymers. To assist with this they are seeking to appoint Contractor(s) to carry out demonstration trials with the objective of
developing and demonstrating solutions for overcoming real or perceived barriers to increasing recycled content by manufacturers in Wales.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Objectives
The overarching aim of this project is to drive market confidence in using post- consumer recycled materials in products already on the market, where it is currently not common practice, by demonstrating the economic and environmental benefits of doing so.
The objectives of this project are to:
develop and demonstrate solutions for overcoming real or perceived barriers to increasing the usage of recycled content, sustainable product design, re-manufacture, or reuse by manufacturers in Wales;
demonstrate the economic, environmental, and social viability and benefits of those solutions to Welsh businesses;
encourage collaboration across Welsh supply chains to develop these solutions; and
provide sufficient robust evidence from the trials to enable WRAP to develop recommendations for Welsh policy and industry guidance/standards or actions which can help to increase confidence in and promote the use of recycled content or design for re-manufacture and reuse in products, components, and packaging manufactured in Wales.

Each demonstration trial will be proposed and delivered by a separate contracted project team. The project team should embody the relevant manufacturing supply chain (upstream and downstream of the manufacturer) to enable the viability of the proposed solution to be fully demonstrated.
One company in the project team will need to be identified as the lead partner, and this will be the contracting party with WRAP; all the other companies in the project team will be sub-contractors to the lead partner.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 05/12/2022 / End: 31/03/2023       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial period of the trial is up to March 2023 with the expectation that it will continue to run for any period up to March 2025.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The initial period of the trial is up to March 2023 with the expectation that it will continue to run for any period up to March 2025.
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/789673F9H3       


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    
      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 - 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: 07/11/2022 Time: 11:45
            
      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: 08/11/2022
         Time: 09:00
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Development-consultancy-services./789673F9H3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/789673F9H3
   VI.4) Procedures for review
   VI.4.1) Review body:
             Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900
   VI.4.2) Body responsible for mediation procedures:
             Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, 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: 30/09/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Banbury: Development consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Waste & Resources Action Programme, WRAP
       Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900, Email: louise.taggart@wrap.org.uk
       Contact: Louise Taggart
       Main Address: www.wrap.org.uk, Address of the buyer profile: 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: Demonstrating increased recycled content in Welsh manufacturing            
      Reference number: TRW001

      II.1.2) Main CPV code:
         73220000 - Development consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: WRAP are seeking to overcome the technical and commercial barriers which limit the use of post-consumer recycled plastics and other priority materials in products produced in Wales, beyond the currently accepted practices and that result in a lack of differentiated market for recycled polymers. To assist with this they are seeking to appoint Contractor(s) to carry out demonstration trials with the objective of developing and demonstrating solutions for overcoming real or perceived barriers to increasing recycled content by manufacturers in Wales.

      II.1.6) Information about lots
         This contract is divided into lots: No
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            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: Objectives The overarching aim of this project is to drive market confidence in using post- consumer recycled materials in products already on the market, where it is currently not common practice, by demonstrating the economic and environmental benefits of doing so. The objectives of this project are to: develop and demonstrate solutions for overcoming real or perceived barriers to increasing the usage of recycled content, sustainable product design, re-manufacture, or reuse by manufacturers in Wales; demonstrate the economic, environmental, and social viability and benefits of those solutions to Welsh businesses; encourage collaboration across Welsh supply chains to develop these solutions; and provide sufficient robust evidence from the trials to enable WRAP to develop recommendations for Welsh policy and industry guidance/standards or actions which can help to increase confidence in and promote the use of recycled content or design for re-manufacture and reuse in products, components, and packaging manufactured in Wales. Each demonstration trial will be proposed and delivered by a separate contracted project team. The project team should embody the relevant manufacturing supply chain (upstream and downstream of the manufacturer) to enable the viability of the proposed solution to be fully demonstrated. One company in the project team will need to be identified as the lead partner, and this will be the contracting party with WRAP; all the other companies in the project team will be sub-contractors to the lead partner.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The initial period of the trial is up to March 2023 with the expectation that it will continue to run for any period up to March 2025.

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/789673F9H3 Tender has been completed.


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: 2022/S 000-027621
      
   

   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: 02/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             BIC Innovation, 05092027
             Menai Science Park, Menai Science Park, Anglesey, LL60 6AG, 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: 166,666          
         Lowest offer: 150,000 / Highest offer: 173,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

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: 02/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Resilience Sustainable Solutions Ltd, 09014490
             The Old Bank, Llandaff Road, Cardiff, CF5 2DT, 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: 1,666,666          
         Lowest offer: 150,000 / Highest offer: 173,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.3)

   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: 02/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      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
             66 Westbourne Terrace Suite 5, 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: 166,666          
         Lowest offer: 150,000 / Highest offer: 173,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=748254715

   VI.4) Procedures for review

      VI.4.1) Review body
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, Banbury, OX16 5BH, United Kingdom
          Tel. +44 1295819900

      VI.4.2) Body responsible for mediation procedures
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, 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: 06/01/2023