WRAP (Waste and Resources Action Programme): 'Developing a Circular Public Sector' Technical Consultancy Framework

  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
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: Procurement consultancy services.
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

UK-Banbury: Procurement 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, 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