Opportunity

Removal, Storage, Redistribution and Disposal Services 2024-26

  • North Lanarkshire Council

F02: Contract notice

Notice reference: 2024/S 000-007489

Published 8 March 2024, 11:56am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Paul Stewart

Email

stewartpa@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Removal, Storage, Redistribution and Disposal Services 2024-26

Reference number

NLC-CPT-23-106

two.1.2) Main CPV code

  • 98392000 - Relocation services

two.1.3) Type of contract

Services

two.1.4) Short 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.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality - Questions contained within ITT Quality Questionnaire / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £450,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Full details of the objective rules and criteria for participation are contained within the ITT pack. Please refer to I.3 Communication within this Notice.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Minimum level(s) of standards possibly required

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Minimum level(s) of standards possibly required

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Further information is contained within the tender document suite and can be downloaded from the additional documentation area within the PCS-T portal.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

12 April 2024

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

12 April 2024

Local time

12:00pm

Place

Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26310. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Bidders should refer to the requirements stated within PCS-Tender.

(SC Ref:760327)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.