Section one: Contracting authority
one.1) Name and addresses
Waste & Resources Action Programme, WRAP
Second Floor, Blenheim Court, 19 George Street, Banbury
Banbury
OX16 5BH
Contact
Louise Taggart
Telephone
+44 1295819900
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Demonstrating increased recycled content in Welsh manufacturing
Reference number
TRW001
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
WRAP are seeking to overcome the technical and commercial barriers which limit the use of post-consumer recycled plastics and other priority materials in products produced in Wales, beyond the currently accepted practices and that result in a lack of differentiated market for recycled polymers. To assist with this they are seeking to appoint Contractor(s) to carry out demonstration trials with the objective of developing and demonstrating solutions for overcoming real or perceived barriers to increasing recycled content by manufacturers in Wales.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Objectives The overarching aim of this project is to drive market confidence in using post- consumer recycled materials in products already on the market, where it is currently not common practice, by demonstrating the economic and environmental benefits of doing so. The objectives of this project are to: develop and demonstrate solutions for overcoming real or perceived barriers to increasing the usage of recycled content, sustainable product design, re-manufacture, or reuse by manufacturers in Wales; demonstrate the economic, environmental, and social viability and benefits of those solutions to Welsh businesses; encourage collaboration across Welsh supply chains to develop these solutions; and provide sufficient robust evidence from the trials to enable WRAP to develop recommendations for Welsh policy and industry guidance/standards or actions which can help to increase confidence in and promote the use of recycled content or design for re-manufacture and reuse in products, components, and packaging manufactured in Wales. Each demonstration trial will be proposed and delivered by a separate contracted project team. The project team should embody the relevant manufacturing supply chain (upstream and downstream of the manufacturer) to enable the viability of the proposed solution to be fully demonstrated. One company in the project team will need to be identified as the lead partner, and this will be the contracting party with WRAP; all the other companies in the project team will be sub-contractors to the lead partner.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
The initial period of the trial is up to March 2023 with the expectation that it will continue to run for any period up to March 2025.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/789673F9H3 Tender has been completed.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-027621
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BIC Innovation
Menai Science Park, Menai Science Park
Anglesey
LL60 6AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
05092027
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £166,666
Lowest offer: £150,000 / Highest offer: £173,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Resilience Sustainable Solutions Ltd
The Old Bank, Llandaff Road
Cardiff
CF5 2DT
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09014490
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,666,666
Lowest offer: £150,000 / Highest offer: £173,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Nextek Ltd
66 Westbourne Terrace Suite 5
London
W2 3UJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
05495567
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £166,666
Lowest offer: £150,000 / Highest offer: £173,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=748254715" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=748254715
GO Reference: GO-202316-PRO-21863450
six.4) Procedures for review
six.4.1) Review body
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury
Banbury
OX16 5BH
Telephone
+44 1295819900
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury
Banbury
OX16 5BH
Telephone
+44 1295819900
Country
United Kingdom