WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 'Developing a Circular Public Sector' Technical Consultancy Framework |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The objective of this framework is to provide high quality technical consultancy services in the field of sustainability and the circular economy to public sector bodies. The requirements will be broad including, but not limited to, increasing recycled content and reuse in the context of public sector procurement. |
Published: | 27/05/2022 17:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Waste & Resources Action Programme, WRAP
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 0AH, 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:-Procurement-consultancy-services./6W6W4CJ8BF
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/6W6W4CJ8BF 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: 'Developing a Circular Public Sector' Technical Consultancy Framework
Reference Number: FRA078
II.1.2) Main CPV Code:
79418000 - Procurement 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 consultancy services in the field of sustainability and the circular economy to public sector bodies. The requirements will be broad including, but not limited to, increasing recycled content and reuse in the context of public sector procurement.
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
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: WRAP will use these services to support its delivery of the ‘Developing a Circular Public Sector’ project in Wales and it is expected that other projects within WRAP may have occasional requirements to make use of this framework. Other projects may include, but are not limited to, food waste measurement and interventions to enable reduction, food waste tracking mechanisms and reporting awareness and adherence to the Government Buying Standards. Please refer to the tender documents for full scope of 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: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The framework will initially be for 24 months with the option to extend by up to a further 24 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: WRAP will select up to the 6 highest scoring compliant companies to tender.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Option to extend by up to 24 months.
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/6W6W4CJ8BF
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 29/06/2022 Time: 11:45
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
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 portal at: https://www.delta-esourcing.com/tenders/UK-Banbury:-Procurement-consultancy-services./6W6W4CJ8BF
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6W6W4CJ8BF
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Procurement-consultancy-services./6W6W4CJ8BF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6W6W4CJ8BF
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: 27/05/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Waste & Resources Action Programme, WRAP
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 0AH, 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: 'Developing a Circular Public Sector' Technical Consultancy Framework
Reference number: FRA078
II.1.2) Main CPV code:
79418000 - Procurement 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 consultancy services in the field of sustainability and the circular economy to public sector bodies. The requirements will be broad including, but not limited to, increasing recycled content and reuse in the context of public sector procurement.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,200,000
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: WRAP will use these services to support its delivery of the ‘Developing a Circular Public Sector’ project in Wales and it is expected that other projects within WRAP may have occasional requirements to make use of this framework. Other projects may include, but are not limited to, food waste measurement and interventions to enable reduction, food waste tracking mechanisms and reporting awareness and adherence to the Government Buying Standards. Please refer to the tender documents for full scope of requirements.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend by up to 24 months.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6W6W4CJ8BF
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: Yes
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: 2022/S 00-014989
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: 28/09/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: 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)
Eunomia Research & Consulting Ltd, 4150627
37 Queen Square, Bristol, BS1 4QS, 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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/09/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: 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)
Miller Research Ltd, 0440353
Pen-y-Wyrlod Llanvetherine, Monmouthshire, Abergavenny, 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: 1,200,000
Total value of the contract/lot: 1,200,000
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: 28/09/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: 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)
Sustainable Global Resources Ltd, 09565564
28 Hawthorn Way, Shipston on Stour, Stour, CV36 4FD, 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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
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: 28/09/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: 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)
Ricardo-AEA Ltd, 8229264
Gemini Building, Didcot, Didcot, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,200,000
Total value of the contract/lot: 1,200,000
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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=735323737
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: 17/11/2022