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.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:-Development-consultancy-services./789673F9H3
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/tenders/UK-title/789673F9H3
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
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.1.5) Estimated total value
Value excluding VAT: £500,000
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
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
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 December 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
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.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
7 November 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)
four.2.7) Conditions for opening of tenders
Date
8 November 2022
Local time
9:00am
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Development-consultancy-services./789673F9H3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/789673F9H3
GO Reference: GO-2022930-PRO-21050766
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