Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Euan Walker
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.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
Reference number
NLC-CPT-21-006
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £480,000
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
- 63122000 - Warehousing services
- 98340000 - Accommodation and office services
- 98342000 - Work environment services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
All North Lanarkshire Council geographic area
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: Methodology and Approach / Weighting: 15
Quality criterion - Name: Communication / Weighting: 5
Quality criterion - Name: Complaints / Weighting: 4
Quality criterion - Name: Contingency Planning / Weighting: 4
Quality criterion - Name: Waste Disposal and Recycling Processes / Weighting: 4
Quality criterion - Name: Added Value / Weighting: 2
Quality criterion - Name: Fair Working Practices / Weighting: 3
Quality criterion - Name: Community Benefit Methodology / Weighting: 1
Quality criterion - Name: Community Benefit Offering / Weighting: 2
Price - Weighting: 60
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-004542
Section five. Award of contract
Contract No
NLC-CPT-21-001
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 June 2021
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 9
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Kelerbay Limited t/a Doree Bonner International
48 Clyde Street , Clydebank, Glasgow
Glasgow
G81 1NW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £480,000
Total value of the contract/lot: £480,000
Section six. Complementary information
six.3) Additional information
(SC Ref:657275)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Telephone
+44 1698282957
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.