Contract

Removal, Storage, Redistribution and Disposal Services

  • North Lanarkshire Council

F03: Contract award notice

Notice identifier: 2021/S 000-013384

Procurement identifier (OCID): ocds-h6vhtk-02992f

Published 14 June 2021, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Euan Walker

Email

walkereuan@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.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

Email

hamilton@scotcourts.gov.uk

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.