WRAP (Waste and Resources Action Programme): Websites & Bespoke Applications Framework

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

Notice Summary
Title: Websites & Bespoke Applications Framework
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Services
Procedure: Negotiated
Short Description: We are seeking to appoint digital agencies to a new framework to provide development and maintenance of our websites and bespoke applications
Published: 15/07/2020 18:38
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 1295819900, 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: https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./SK23ET37YY
      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/SK23ET37YY 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: Websites & Bespoke Applications Framework       
      Reference Number: FRA071
      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: We are seeking to appoint digital agencies to a new framework to provide development and maintenance of our websites and bespoke applications       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: We are seeking to appoint digital agencies to a new framework to provide development and maintenance of our websites and bespoke applications.
Full details of our requirements are provided in 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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 23/11/2020 / End: 31/03/2025       
      This contract is subject to renewal: Yes       
      Description of renewals: We reserve the option to extend the framework by up to 24 months, for example to allow ongoing projects to be completed or safely migrated.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
            / Maximum number: 14       
      Objective criteria for choosing the limited number of candidates: Candidates will be shortlisted from Stage 1 Request to Participate to Stage 2 Tendering by the application of the Selection Criteria and procedure stated in the procurement documents.
      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 projects called-off this framework may relate EU-funded projects/programmes WRAP is or becomes involved with.             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SK23ET37YY       


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:          
      Selection criteria 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       
      All conditions related to the contract are provided 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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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: 6           
         In the case of framework agreements justification for any duration exceeding 4 years: The initial duration is approximately 4 years, but we reserve the option to extend the framework by up to 24 months, for example to allow ongoing projects to be completed or safely migrated.    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: 16/08/2020 Time: 23:45
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/09/2020       
      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 No       
   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.

Requests to Participate:
• This procurement will be managed electronically through the Delta eSourcing suite.
• Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’.
• For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30 UK time, Monday to Friday excluding bank holidays).
• Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficient time before the deadline to submit your application/tender.
• Any queries about this procurement must be submitted through Delta, not by any other route.

Award:
• WRAP does not commit to awarding any work under this framework.
• All values expressed within this Contract Notice are maximum values and are not intended to represent a guarantee of the level or value of contract that may ultimately be awarded to any supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./SK23ET37YY

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SK23ET37YY
   VI.4) Procedures for review
   VI.4.1) Review body:
             Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900
       Internet address: http://www.wrap.org.uk
   VI.4.2) Body responsible for mediation procedures:
             Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
          Tel. +44 1295819900
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295819900
   VI.5) Date Of Dispatch Of This Notice: 15/07/2020

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 1295819900, 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: Websites & Bespoke Applications Framework            
      Reference number: FRA071

      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 procurement appointed digital agencies to a new framework to provide development and maintenance of our websites and bespoke applications

      II.1.6) Information about lots
         This contract is divided into lots: No
                                                
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      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: This procurement appointed digital agencies to a new framework to provide development and maintenance of our websites and bespoke applications.
Full details of our requirements are provided in the procurement documents.

      II.2.5) Award criteria:
       Not Provided

      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 projects called-off this framework may relate EU-funded projects/programmes WRAP is or becomes involved with.

      II.2.14) Additional information: This procurement has closed and framework agreements have been awarded.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 138-340807
      
   

   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: 1    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Axelerant Technologies, EIN: 47-4966392
             177 Huntington Ave Ste 1703 #64041, Boston, 02115-3153, United States
             Internet address: www.axelerant.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: 2,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Code Enigma, 07390130
             5 St John's Lane, London, EC1M 4BH, United Kingdom
             Internet address: www.codeenigma.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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         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:
          Error Agency to provide additional digital services into call-off contracts are required.          

Award Of Contract (No.3)

   Contract No: 3    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Etch Software, 10442035
             Office 35, 30 Saint Dunstans Street, Canterbury, CT2 8HG, United Kingdom
             Internet address: www.etch.co
             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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: 4    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Futurice, 08011293
             Herschel House, 58 Herschel Street, Slough, SL1 1PG, United Kingdom
             Internet address: www.futurice.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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         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:
          Payoda to provide additional digital services into call-off contracts are required.          

Award Of Contract (No.5)

   Contract No: 5    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ixis IT, 05206309
             The Base, Dallam Lane, Warrington, WA2 7NG, United Kingdom
             Internet address: www.ixis.co.uk
             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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         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:
          PixelTree Media to provide additional digital services into call-off contracts are required.          

Award Of Contract (No.6)

   Contract No: 6    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Manifesto Digital, 07885631
             141-143 Shoreditch High Street, London, E1 6JE, United Kingdom
             Internet address: www.manifesto.co.uk
             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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: 7    
   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: 02/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Numiko, 04018833
             Brodrick House, 43-51 Cookridge Street, Leeds, LS2 3AW, United Kingdom
             Internet address: www.numiko.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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

   VI.3) Additional information: This procurement has closed and framework agreements have been awarded.

The total value of the framework is £2,000,000 - the value of individual call-off contracts to each framework supplier will vary and there is no guarantee of any award of call-off contracts.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=555894240

   VI.4) Procedures for review

      VI.4.1) Review body
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
          Tel. +44 1295819900
          Internet address: http://www.wrap.org.uk

      VI.4.2) Body responsible for mediation procedures
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
          Tel. +44 1295819900

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Waste & Resources Action Programme
          Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
          Tel. +44 1295819900

   VI.5) Date of dispatch of this notice: 21/12/2020