Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  Zero Waste Scotland Ltd
  Ground Floor, Moray House, Forthside Way
  Stirling
  FK8 1QZ
  UK
  
            Telephone: +44 1786433930
  
            E-mail: jennifer.mccartney@zerowastescotland.org.uk
  
            NUTS: UKM
  Internet address(es)
  
              Main address: http://www.zerowastescotland.org.uk/
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Options Appraisal Re-Tender
            Reference number: O3T1-P2-23.01
  II.1.2) Main CPV code
  90700000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Zero Waste Scotland provide funding and technical support to Local Authorities to support their alignment with Government policies and strategies. This includes aligning with the Household Recycling Charter and associated Code of Practice. The Scottish Government has also launched a Recycling Improvement Fund and this framework may seek to demonstrate impact of potential bids before funding is approved.
  Options Appraisal support to model potential changes in Local Authority waste and recycling provision. The Options Appraisal will seek to maximise operational efficiency and where possible reduce the cost of the service or align with policy requirements.
  There is a significant shift in the policy landscape that will impact upon Local Authority collections including Deposit Return Scheme and Extended Producer Responsibility.
  There is also a commitment to review the Code of Practice that sits alongside the Charter for Household Recycling to take account of upcoming policy changes.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				500 000.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    90700000
    73000000
    II.2.3) Place of performance
    NUTS code:
    UKM
    II.2.4) Description of the procurement
    The Framework covers a range of potential support requirements, which the Contractor may be required to deliver for a Local Authority (the Client organisation) in full or in part as relevant to the Call Off request, and which may involve the following support service requirements:
    -Baseline assessments of the current service provision
    -Options appraisals based on baseline assessments
    -Full Options Appraisals
    -Critical review of Options Appraisals.
    II.2.5) Award criteria
    
                    Quality criterion: Provision of specialist support
                    / Weighting: 40
    
                    Quality criterion: Framework management and co-ordination
                    / Weighting: 25
    
                    Quality criterion: Knowledge of subject matter
                    / Weighting: 15
    
                    Quality criterion: Quality expectations
                    / Weighting: 15
    
                    Quality criterion: Sustainability
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      10
    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:
            
              No
            
    II.2.14) Additional information
    This is a re-tender of a contract put in place early 2022. Due to increased support required through the contract it means we are approaching the maximum contract value sooner than expected therefore, we are required to go out to the market again due to procurement regulations.
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2023/S 000-009006
 
Section V: Award of contract
          Contract No: O3T1-P2-23.01
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
31/05/2023
V.2.2) Information about tenders
                Number of tenders received: 5
                Number of tenders received from SMEs: 3
                Number of tenders received from tenderers from EU Member States: 0
                Number of tenders received from tenderers from non-EU Member States: 5
                Number of tenders received by electronic means: 5
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Eunomia
  37 Queen Square
  Bristol
  BS1 4QS
  UK
  
            NUTS: UKK
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: 500 000.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Project title: Options Appraisal Re-tender
ITT Number: 49231
(SC Ref:735141)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Stirling Sheriff Court and Justice of the Peace Court
    Stirling
    UK
   
 
VI.5) Date of dispatch of this notice
12/06/2023