Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Waste & Resources Action Programme, WRAP
Second Floor, Blenheim Court, 19 George Street, Banbury
Banbury
OX16 5BH
UK
Contact person: Louise Taggart
Telephone: +44 1295819900
E-mail: louise.taggart@wrap.org.uk
NUTS: UK
Internet address(es)
Main address: www.wrap.org.uk
Address of the buyer profile: www.wrap.org.uk
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:-Development-consultancy-services./789673F9H3
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-title/789673F9H3
Tenders or requests to participate must be sent to the abovementioned address
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
Demonstrating increased recycled content in Welsh manufacturing
Reference number: TRW001
II.1.2) Main CPV code
73220000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90713000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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.
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:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
05/12/2022
End:
31/03/2023
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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/789673F9H3
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/11/2022
Local time: 11:45
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
08/11/2022
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
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
VI.4) Procedures for review
VI.4.1) Review body
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury
Banbury
OX16 5BH
UK
Telephone: +44 1295819900
VI.4.2) Body responsible for mediation procedures
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury
Banbury
OX16 5BH
UK
Telephone: +44 1295819900
VI.5) Date of dispatch of this notice
30/09/2022