Removal, Storage, Redistribution and Disposal Services

A Tender Notice
by NORTH LANARKSHIRE COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
3 year
Value
480K
Sector
FACILITY
Published
08 Mar 2021
Delivery
To 08 Apr 2024 (est.)
Deadline
09 Apr 2021 11:00

Concepts

Location

All North Lanarkshire Council geographic area

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

North Lanarkshire Council (the Council) require a single external provider to perform a variety of removal, storage, redistribution and disposal services with sufficient skill and care whilst doing so in a safe and compliant manner.

Total Quantity or Scope

The Council require a single external provider to perform a variety of removal, storage, redistribution and disposal services with sufficient skill and care whilst doing so in a safe and compliant manner. Services required are generally required within the Council’s geographical boundary only and are to be performed: - within the same Council building; - between different Council and external properties; - between different non-Council properties; - to include a mix of redistribution points; - be uplift to an existing storage facility; and / or - redistribution from storage to a Council, non-Council or public property. During a requirement for services, the Council may require: - disposal services, in full compliance with legislative and environmental requirements; - any associated materials (such as packing boxes, packing tape, protective wrap); and / or - general labour for packing, disassembly & reassembly, and transport.

Renewal Options

The Framework Agreement will be awarded for a total of three years (2 plus 1). Following expiry of the Framework Agreement, the Councils may elect to re-tender requirements.

Award Criteria

Methodology and Approach 15.0
Communication 5.0
Complaints 4.0
Contingency Planning 4.0
Waste Disposal and Recycling Processes 4.0
Added Value 2.0
Fair Working Practices 3.0
Community Benefit Methodology 1.0
Community Benefit Offering 2.0
PRICE 60.0

CPV Codes

  • 98392000 - Relocation services
  • 60183000 - Hire of vans with driver
  • 63120000 - Storage and warehousing services
  • 63121100 - Storage services
  • 60100000 - Road transport services
  • 63122000 - Warehousing services
  • 98340000 - Accommodation and office services
  • 98342000 - Work environment services

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

Bidders are encouraged to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the PCST System prior to submitting a Tender. --- Bidders must complete the SPD (Scotland) within the Qualification Envelope of the PCST System as part of their submitted Tender. Further to Section III of this contract notice, the following minimum criteria will also apply: Part II – Information Concerning the Bidder A: Information About the Bidder; B: Information About Representatives of the Bidder; C: Information About Reliance on the Capacities of Other Entities; and D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely. Minimum level(s) of standards required: The information required in Part II of the SPD (Scotland) is for information only and therefore will not be assessed however the Councils may choose not to select a Bidder that cannot provide basic company information. Bidders must ensure that they submit appropriate SPD (Scotland) completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the SPD (Scotland). Part III – Exclusion Grounds Minimum level(s) of standards required: Bidders will be assessed as a FAIL and will be excluded from the Procurement if they detail that they are in any of the situations referred to in regulation 7 to 13 assessed in accordance with regulation 58 of the Public Contracts (Scotland) Regulations 2015 Part VI – Concluding statements Minimum level(s) of standards required: Bidders unable to complete this part of the SPD (Scotland) may be excluded from the competition. --- All Tenderers should complete the Qualification, Technical and Commercial Envelopes within the PCS-T System as part of their Tender --- Late Tenders will not be considered under any circumstances The Council will not provide additional notification to any Bidder of the rejection of a late Tender. For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. The complete Tender (complete with SPD (Scotland)) should be submitted in accordance with the instructions given with the Form of Tender signed by an authorised representative i.e. company director or secretary (as registered within Companies House) or by a person authorised by the Bidder to do so. The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17929. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Tenderers should refer to condition 2.6 of the ITT Document located within the PCS-T System for further information on the Councils Community Benefit expectations within the Framework Agreement. (SC Ref:645644)

Reference

Domains