WRAP (Waste and Resources Action Programme): Food System Transformation Consultancy Support Framework

  WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Food System Transformation Consultancy Support Framework
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Services
Procedure: Restricted
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
Published: 17/06/2024 20:31
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Banbury: Environmental issues consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Waste & Resources Action Programme
             Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
             Tel. +44 295819900, Email: louise.taggart@wrap.org.uk
             Contact: Louise Taggart
             Main Address: www.wrap.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      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 abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/78V7WA5V92 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Food Waste Prevention       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90700000 - Environmental services.
      UA01-3 - Food products
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: GBP       
      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
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/78V7WA5V92       
II.2) Description Lot No. 2
      
      II.2.1) Title: Water Stewardship Subject Matter Experts       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90713000 - Environmental issues consultancy services.
      KA10-9 - For use in the water industry
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: GBP       
      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
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: LCA and Environmental Impact Data services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: GBP       
      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
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Net Zero/GHG Subject Matter Experts       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: GBP       
      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
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Strategic Advisory Services       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79400000 - Business and management consultancy and related services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: GBP       
      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
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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       
         Envisaged maximum number of participants to the framework agreement: 45               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/07/2024 Time: 23:45
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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 month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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
   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, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/06/2024

Annex A


View any Notice Addenda

Food System Transformation Consultancy Support Framework

UK-Banbury: Environmental issues consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 295819900, Email: louise.taggart@wrap.org.uk
       Contact: Louise Taggart
       Main Address: www.wrap.org.uk
       NUTS Code: UK

Section II: Object (as stated in the original notice)

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

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 17/07/2024

VI.6) Original notice reference:

   Notice Reference:    2024 - 679161   
   Notice number in OJ S:    2024/S 000 - 018698
   Date of dispatch of the original notice: 17/06/2024

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: IV.2.2) Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 17/07/2024         
         Local Time: 23:45          
         Read:
         Date: 02/08/2024         
         Local Time: 23:45                   
   
VII.2) Other 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. Tenders or requests to participate must be submitted electronically via https://www.delta-esourcing.com/respond/78V7WA5V92
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


View Award Notice

UK-Banbury: Environmental issues consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Waste & Resources Action Programme
       Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
       Tel. +44 1295584100, Email: procurement@wrap.org.uk
       Contact: Natasha Rook
       Main Address: https://www.wrap.ngo/uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Environment

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Food Waste Prevention   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90700000 - Environmental services.
               UA01-3 - Food products


      II.2.3) Place of performance
      Nuts code:
      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:
      Quality criterion - Name: Proposed approach for Lot 1 Food Waste / Weighting: 35
      Quality criterion - Name: Team Structure / Weighting: 35
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these 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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Water Stewardship Subject Matter Experts   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.
               KA10-9 - For use in the water industry


      II.2.3) Place of performance
      Nuts code:
      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:
      Quality criterion - Name: Proposed approach for Lot 2 Water Stewardship Subject Matter Experts / Weighting: 35
      Quality criterion - Name: Team Structure / Weighting: 35
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      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 code:
      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:
      Quality criterion - Name: Proposed approach for Lot 3 - LCA and Environmental Impact Data services / Weighting: 35
      Quality criterion - Name: Team Structure / Weighting: 35
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      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 code:
      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:
      Quality criterion - Name: Proposed approach for Lot 4 - Net Zero/GHG Subject Matter Experts / Weighting: 35
      Quality criterion - Name: Team Structure / Weighting: 35
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      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 code:
      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:
      Quality criterion - Name: Proposed approach for Lot 5 – Strategic Advisory Services / Weighting: 35
      Quality criterion - Name: Team Structure / Weighting: 35
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-018698
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Food Waste Prevention

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/12/2024

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Achieve Goal 12, 12374343
             Suite 11 First Floor, The Tower,, Towers Business Park,, Manchester, M20 2SL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Cutting Edge Marketing, 04481875
             Jubillee Lodge,, 26 Commercial Street, Cheltenham, GL50 2AU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Eunomia Research & Consulting, 04150627
             37 Queen Square, Bristol, BS1 4QS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Green Gain Limited, 08575779
             Suite 317, Nexus, Discovery Way, Leeds, LS2 3AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Green Knight Sustainability Consulting Ltd, 10749198
             Milldale House, Mill Dale, Alstonefield, Ashbourne, DE6 2GB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Resource Futures Limited, 05753433
             The Create, Smeaton Road,, Bristol, BS1 6XN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Ricardo-AEA Ltd, 08229264
             Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, BN43 5FG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             RSK ADAS Limited, 10486936
             Spring Lodge, 172 Chester Rd, Helsby, Chester, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Terrareforma Ltd, 10492202
             27 Old Gloucester Street, London, WC1N 3AX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Tetra Tech Ltd, 01959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 800,000          
         Total value of the contract/lot: 800,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Water Stewardship Subject Matter Experts

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/12/2024

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Accenture (UK) Limited, 04757301
             30 Fenchurch Street, London, EC3M 3BD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amy Fetzer, N/A
             99 Marlborough Crescent, Sevenoaks, TN13 2HN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Ove Arup & Partners Limited, 01312453
             8 Fitzroy Street, London, WT1 4BJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Climate Stuff Ltd, 15456680
             5 Woodford Gardens, Manchester, M20 2TF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Ricardo-AEA Ltd, 08229264
             Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, BN43 5FG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             RSK ADAS Limited, 10486936
             Spring Lodge, 172 Chester Rd, Helsby, Chester, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 900,000          
         Total value of the contract/lot: 900,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: LCA and Environmental Impact Data services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/12/2024

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             3Keel Group Ltd, 14370375
             7 Fenlock Court, Blenheim Business Park,, Long Hanborough, Witney, OX29 8LN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Eunomia Research & Consulting, 04150627
             37 Queen Square, Bristol, BS1 4QS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Foodsteps, 11713830
             133 Whitechapel High Street, London, E1 7QA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Green Knight Sustainability Consulting Ltd, 10749198
             Milldale House, Mill Dale, Alstonefield, Ashbourne, DE6 2GB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Nutritics, N/A
             Town Centre Mall,, Main Street, Swords, K67 FY88, Ireland
             NUTS Code: IE
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Resource Future, 05753433
             The Create,, Smeaton Road, Bristol, BS1 6XN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Ricardo-AEA Ltd, 08229264
             Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, BN43 5FG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Net Zero/GHG Subject Matter Experts (1)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/12/2024

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             3Keel Group Ltd, 14370375
             7 Fenlock Court, Blenheim Business Park, Long Hanborough, Witney, OX29 8LN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Achieve Goal 12, 12374343
             Suite 11 First Floor, The Tower, Towers Business Park, Didsbury, Manchester, M20 2SL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Amy Fetzer, N/A
             99 Marlborough Crescent, Sevenoaks, TN13 2HN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Climate Stuff Ltd, 15456680
             5 Woodford Gardens, Manchester, M20 2TF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Eunomia Research & Consulting, 04150627
             37 Queen Square, Bristol, BS1 4QS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Foodsteps, 11713830
             133 Whitechapel High Street, London, E1 7QA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Green Gain, 08575779
             Suite 317, Nexus, Discovery Way, Leeds, LS2 3AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Green Knight Sustainability Consulting Ltd, 10749198
             Milldale House, Mill Dale, Alstonefield, Ashbourne, DE6 2GB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Nutritics, N/A
             Town Centre Mall, Main Street, Swords, K67 FY88, Ireland
             NUTS Code: IE
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Ricardo-AEA Ltd, 08229264
             Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, BN43 5FG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Net Zero/GHG Subject Matter Experts (2)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/12/2024

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             RSK ADAS Limited, 10486936
             Spring Lodge, 172 Chester Rd, Helsby, Chester, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Snowstorm Consulting Ltd, 14594275
             1 Horseshoe Road, Pangbourne, Reading, RG8 7JQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Strategic Advisory Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/12/2024

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Achieve Goal 12, 12374343
             Suite 11 First Floor, The Tower, Towers Business Park, Didsbury, Manchester, M20 2SL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Green Gain, 08575779
             Suite 317, Nexus, Discovery Way, Leeds, LS2 3AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Resource Future, 05753433
             The Create, Smeaton Road, Bristol, BS1 6XN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Ricardo-AEA Ltd, 08229264
             Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea,, BN43 5FG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Urban Foresight Ltd, 07705420
             8 The Crescent, Newcastle Upon Tyne, NE7 7ST, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 800,000          
         Total value of the contract/lot: 800,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=918642525

   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, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 20/01/2025