Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 5

Status Active

Published 18th Jun 2024

Tender Details
Referenceocds-h6vhtk-0470a2
Common Procurement VocabularyEnvironmental issues consultancy services
Procurement MethodRestricted procedure
Value£4,000,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 5

Status Active

Published 18th Jun 2024

Tender Details
Referenceocds-h6vhtk-0470a2
Common Procurement VocabularyEnvironmental issues consultancy services
Procurement MethodRestricted procedure
Value£4,000,000

Section I: Contracting authority

I.1) Name and addresses

Waste & Resources Action Programme

Second Floor, Blenheim Court, 19 George Street

Banbury

OX16 5BH

Contact

Louise Taggart

Email

louise.taggart [at] wrap.org.uk

Telephone

+44 295819900

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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:-Environmental-issues-consultancy-services./78V7WA5V92

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/78V7WA5V92

Tenders or requests to participate must be submitted to the above-mentioned 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

Food System Transformation Consultancy Support Framework

Reference number

FRA079

II.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

The work of food systems transformation is a crucial aspect of our delivery globally at WRAP. Our aim is to be a global leader in food system transformation through impact on food waste, GHGs and water. The objective of this framework is to provide high quality technical and strategic support in food systems transformation to maximise our impact and achieve this vision

II.1.5) Estimated total value

Value excluding VAT: £4,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Food Waste Prevention

Lot No

1

II.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
    • UA01 - Food products

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

We are looking for organisations who can provide food waste prevention expertise and capabilities for all stages of the food and drink supply chain to achieve transformation of the global food system, aligned to SDG 12.3.

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: £800,000

II.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 initial period of the contract is for 24 months with the option to extend by any period up to a further 24 months (4 years in total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

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 contract is for 24 months with the option to extend by any period up to a further 24 months (4 years in total)

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/78V7WA5V92

II.2) Description

II.2.1) Title

Water Stewardship Subject Matter Experts

Lot No

2

II.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services
    • KA10 - For use in the water industry

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Consultancy technical and strategic support across global water stewardship and water risk mapping & resilience planning. Services against this Lot will be to develop, evolve and achieve the impact of the WRAP Water Roadmap and all water aspects of the Sustainable Development Goals, both in the UK and internationally.

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: £900,000

II.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

Initial period of the contract is for 24 months with the option to extend by any period up to a further 24 months (4 years in total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Initial period of the contract is for 24 months with the option to extend by any period up to a further 24 months (4 years in total)

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) Description

II.2.1) Title

LCA and Environmental Impact Data services

Lot No

3

II.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

We are looking for suppliers to provide technical expertise and delivery, contributing to WRAP’s ongoing work relating to Life Cycle Assessments (LCAs) and Environmental Impact Data within the food system. Relevant experience includes knowledge and experience of collection, measurement, analysis and modelling of food environmental impact data; and/or data governance and the development of infrastructure to support trusted data sharing.

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

II.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 initial period of the framework is 24 months with the option to extend by any period up to a further 24 months (4 years in total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12

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 framework is 24 months with the option to extend by any period up to a further 24 months (4 years in total)

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) Description

II.2.1) Title

Net Zero/GHG Subject Matter Experts

Lot No

4

II.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Consultancy technical and strategic support for WRAP’s work in the achievement of Net Zero by 2050, including the Retailer Net Zero Accelerator Programme. Support from this Lot will ensure WRAP reaches our Courtauld Commitment 2030 for an absolute reduction in GHG emissions from food and drink by 50% (against 2015 baseline).

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: £1,000,000

II.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 initial period of the framework is 24 months with the option to extend by any period up to a further 24 months (4 years in total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 18

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 framework is 24 months with the option to extend by any period up to a further 24 months (4 years in total)

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) Description

II.2.1) Title

Strategic Advisory Services

Lot No

5

II.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

We are looking for suppliers that can provide management consultancy support at a senior level to deliver key strategic aspects of our work in Food Systems Transformation (across our Food Waste, GHG and Water programmes), with UK and International stakeholders. This could include developing strategic documents, supporting leadership with strategic meetings, addressing strategic challenges (such as change management) or leveraging their networks for WRAP’s strategic advantage, fitting of the context in which the activity resides.

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: £800,000

II.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 initial period of the framework is 24 months with the option to extend by any period up to a further 24 months (4 years in total).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

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 framework is 24 months with the option to extend by any period up to a further 24 months (4 years in total).

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Refer to ITT 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

Restricted procedure

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

17 July 2024

Local time

11:45pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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:-Environmental-issues-consultancy-services./78V7WA5V92

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/78V7WA5V92

GO Reference: GO-2024617-PRO-26634043

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

Country

United Kingdom