Section one: Contracting authority
one.1) Name and addresses
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street
Banbury
OX16 0AH
Contact
Louise Taggart
Telephone
+44 1295819900
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
WRAP
Internet address(es)
Main address
Buyer's address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/respond/6W6W4CJ8BF
Tenders or requests to participate must be submitted to the above-mentioned 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
'Developing a Circular Public Sector' Technical Consultancy Framework
Reference number
FRA078
two.1.2) Main CPV code
- 79418000 - Procurement consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
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
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.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.
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 24 months.
two.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.
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6W6W4CJ8BF
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 June 2022
Local time
11:45am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
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
GO Reference: GO-2022527-PRO-20218686
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