WRAP (Waste and Resources Action Programme): Digital Platform

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

Notice Summary
Title: Digital Platform
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Services
Procedure: Restricted
Short Description: WRAP wishes to appoint one or more suppliers to provide digital services. This work will provide a flexible digital platform that will enable WRAP to engage with its audiences across marketing channels and devices in an informed, data-driven and integrated way. This procurement is in three Lots: Lot 1 - Websites Lot 2 - Services Lot 3 - Network and hosting
Published: 21/04/2016 16:52
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Banbury: IT services: consulting, software development, Internet and support.
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 1295819693, Email: dave.marsh@wrap.org.uk
             Contact: Dave Marsh
             Main Address: http://www.wrap.org.uk, Address of the buyer profile: http://www.wrap.org.uk/tenders
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Banbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./FDKE273349
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/FDKE273349 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: Digital Platform       
      Reference Number: DIG016-006
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: WRAP wishes to appoint one or more suppliers to provide digital services. This work will provide a flexible digital platform that will enable WRAP to engage with its audiences across marketing channels and devices in an informed, data-driven and integrated way. This procurement is in three Lots:
Lot 1 - Websites
Lot 2 - Services
Lot 3 - Network and hosting       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any or all lots

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Websites       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      72000000 - IT services: consulting, software development, Internet and support.
      48224000 - Web page editing software package.
      48780000 - System, storage and content management software package.
      48783000 - Content management software package.
      72212220 - Internet and intranet software development services.
      72212224 - Web page editing software development services.
      72212783 - Content management software development services.
      72413000 - World wide web WWW site design services.
      72421000 - Internet or intranet client application development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To provide all of WRAP's core websites including its consumer sites and internal staff site (intranet). Providing the creative processes, systems, testing and support to produce websites that meet user needs and WRAP’s communications objectives, and provide a simple and easy experience for editors.

For the full description of the services and requirements see Part A of the procurement documents.
      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: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of cadidates: The five highest scoring candidates in Stage 1 (PQQ) plus ties will proceed to Stage 2 (tender).
      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.             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72000000 - IT services: consulting, software development, Internet and support.
      48780000 - System, storage and content management software package.
      72212211 - Platform interconnectivity software development services.
      72212220 - Internet and intranet software development services.
      72212422 - Software development services suites.
      72212781 - System management software development services.
      72421000 - Internet or intranet client application development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To provide and manage all of the common services across the platform, including:
- Integration hub
- User database
- Authentication
- Evaluation system
- Payments system

For the full description of the services and requirements see Part A of the procurement documents.
      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: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of cadidates: The five highest scoring candidates in Stage 1 (PQQ) plus ties will proceed to Stage 2 (tender).
      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.             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Network       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72000000 - IT services: consulting, software development, Internet and support.
      72415000 - World wide web WWW site operation host services.
      48825000 - Web servers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To provide a hosting environment that supports the full range of digital elements outlined in Lots 1 and 2, and across the digital platform. This will include:
- Hosted server environment
- System administration and consultancy
- Server and network security
- Monitoring
- Migration

For the full description of the services and requirements see Part A of the procurement documents.
      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: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of cadidates: The five highest scoring candidates in Stage 1 (PQQ) plus ties will proceed to Stage 2 (tender).
      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.             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      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       
      All conditions are 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
      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: 24/05/2016 Time: 23:55
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/06/2016       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

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.The procurement documents are in several parts:
Part A sets out the background, scope, objectives, specific requirements, and instructions on how to prepare and submit a PQQ and tender.
Part B is the pre-qualification questionnaire application form. Requests to participate must be made using this form - submissions in any other format will be rejected.
Part C explains how tenders will be evaluated tenders, and provides the evaluation criteria.
Part D details the terms & conditions. There can be no negotiations over the terms of the procurement process or contract documents; you must therefore satisfy yourself as to all requirements and the Terms & Conditions of Contract.

WRAP considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Tender Submissions:
This procurement will be managed electronically through the Delta eSourcing suite.
Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’.
For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30, Monday to Friday excluding bank holidays).
Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficient time before the deadline to submit your PQQ/tender.

Award:
- One supplier will be contracted to each Lot.
- WRAP does not commit to awarding any work under this project. All values expressed within this Contract Notice are maximum values and are not intended to represent a guarantee of the level or value of contract that may ultimately be awarded to any supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./FDKE273349

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FDKE273349
   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
   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: 21/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Banbury: IT services: consulting, software development, Internet and support.

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 1295819693, Email: dave.marsh@wrap.org.uk
       Contact: Dave Marsh
       Main Address: http://www.wrap.org.uk, Address of the buyer profile: http://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: Digital Platform            
      Reference number: DIG016-006

      II.1.2) Main CPV code:
         72000000 - IT services: consulting, software development, Internet and support.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This work will provide a flexible digital platform that will enable WRAP to engage with its audiences across marketing channels and devices in an informed, data-driven and integrated way. This procurement was in three Lots:
Lot 1 - Websites
Lot 2 - Services
Lot 3 - Network and hosting

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,125,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Websites   
      Lot No:1

      II.2.2) Additional CPV code(s):
            72000000 - IT services: consulting, software development, Internet and support.
            48224000 - Web page editing software package.
            48780000 - System, storage and content management software package.
            48783000 - Content management software package.
            72212220 - Internet and intranet software development services.
            72212224 - Web page editing software development services.
            72212783 - Content management software development services.
            72413000 - World wide web WWW site design services.
            72421000 - Internet or intranet client application development 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: To provide all of WRAP's core websites including its consumer sites and internal staff site (intranet). Providing the creative processes, systems, testing and support to produce websites that meet user needs and WRAP’s communications objectives, and provide a simple and easy experience for editors.

      II.2.5) Award criteria:
      Quality criterion - Name: Interpretation and understanding of the objectives and requirements / Weighting: 10
      Quality criterion - Name: Technical approach / Weighting: 28
      Quality criterion - Name: Management approach / Weighting: 22
      Quality criterion - Name: The project team which will manage and deliver the work / Weighting: 10
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      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.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            72000000 - IT services: consulting, software development, Internet and support.
            48780000 - System, storage and content management software package.
            72212211 - Platform interconnectivity software development services.
            72212220 - Internet and intranet software development services.
            72212422 - Software development services suites.
            72212781 - System management software development services.
            72421000 - Internet or intranet client application development 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: To provide and manage all of the common services across the platform, including:
- Integration hub
- User database
- Authentication
- Evaluation system
- Payments system

      II.2.5) Award criteria:
      Quality criterion - Name: Interpretation and understanding of the objectives and requirements / Weighting: 10
      Quality criterion - Name: Technical approach / Weighting: 28
      Quality criterion - Name: Management approach / Weighting: 22
      Quality criterion - Name: The project team which will manage and deliver the work / Weighting: 10
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      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.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Network   
      Lot No:3

      II.2.2) Additional CPV code(s):
            72000000 - IT services: consulting, software development, Internet and support.
            72415000 - World wide web WWW site operation host services.
            48825000 - Web servers.


      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: To provide a hosting environment that supports the full range of digital elements outlined in Lots 1 and 2, and across the digital platform. This will include:
- Hosted server environment
- System administration and consultancy
- Server and network security
- Monitoring
- Migration

      II.2.5) Award criteria:
      Quality criterion - Name: Interpretation and understanding of the objectives and requirements / Weighting: 10
      Quality criterion - Name: Technical approach / Weighting: 28
      Quality criterion - Name: Management approach / Weighting: 22
      Quality criterion - Name: The project team which will manage and deliver the work / Weighting: 10
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      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.

      II.2.14) Additional information: Not Provided


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: 2016/S 81-143369
      
   

   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: DIG016-001    
   Lot Number: 1    
   Title: Websites

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/10/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Equator (Scotland) Ltd
             58 Elliot Street, Glasgow, G3 8DZ, United Kingdom
             Internet address: www.eqtr.com
             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: 666,666
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: DIG016-002    
   Lot Number: 2    
   Title: Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/12/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Torchbox Limited
             Unit 9, Southill Business Park, Cornbury Park, Charlbury, OX7 3EW, United Kingdom
             Internet address: https://torchbox.com/
             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: 250,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: DIG016-003    
   Lot Number: 3    
   Title: Network

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/10/2016

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             The Internet Business Limited (Tibus)
             Havelock House, Ormeau Road, Belfast, BT7 1EB, United Kingdom
             Internet address: www.tibus.com
             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: 208,333
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=225601507

   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

      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: WRAP incorporated a minimum 10 calendar day standstill period from the point at which the intention to award contracts was communicated to Tenderers. This period allowed unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the contracts were entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/01/2017