Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Corporateprocurement@northlan.gov.uk
Telephone
+44 1698302413
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/
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
IT and Technology Related Electrical Waste Management
Reference number
NLC-CPT-22-171
two.1.2) Main CPV code
- 90514000 - Refuse recycling services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council wishes to secure a contract with a sole supplier for the disposal and recycling of all ICT equipment. Included in the Specification is the Disposal, Recycle, Repurpose of ICT, Electrical & Various Ad-Hoc Goods from North Lanarkshire Council sites.
The Council wishes to ensure that a robust Staff Buy Back scheme is implemented alongside wider community benefits.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The Council requires the uplift, recycling and re-purposing of electrical waste from all council sites. The total number of sites to be catered for will be more than 500. The demand for uplift and disposal of electrical waste will vary with service requirements. The council have estimated that it will dispose of 11000 assets per year.
The council expects the bidder to provide the service free of charge and that income generation will be arise from the items transferred.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Yes, 2 optional extension periods are available of 12 months each.
60 month initial contract
2 x 12 month optional extension periods.
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
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
4A.1: If required by the member state, Tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4A.2: Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
Failure to do so may result in the Tenderer being excluded from the competition.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers must respond to SPD Questions 4B.1.2, 4B1.3, 4B.4. 4B.5.1b, 4B.5.2 and 4B.5.3.
Acid Test Ratio - The acid-test, or quick ratio, compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The acid-test ratio disregards current assets that are difficult to liquidate quickly such as inventory. The acid-test ratio may not give a reliable picture of a firm's financial condition if the company has accounts receivable that take longer than usual to collect or current.
Minimum level(s) of standards possibly required
Employers Liability - 10000000GBP each and every claim and in the annual aggregate
Public Liability - 5000000GBP each and every claim and in the annual aggregate
Where in the aggregate, the policy should allow for a minimum of one automatic reinstatement of the sum insured in any one period.
4B.4 The bidder must pass the one financial ratio used in this procurement.
The ratio(s) detail above for Part 4B.4 of the SPD (Scotland) will be calculated as follows:
Acid Test Ratio - minimum ratio 1.0.
Should the Council determine that a Bidder is unable to meet the required financial assessment (as above), the Council reserves the sole right to clarify and appraise the Bidders financial standing further. This process will be undertaken in accordance with the Council’s internal financial appraisal guidance to provide comfort that the Bidder’s financial position does not pose any risk to the Council should they be successful in being awarded the agreement.
Should the Council issue a Request for Documentation, Bidders will be required to provide evidence i.e. a PDF version of their most recent sets of audited accounts.”
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 Tenderers will be required to demonstrate that they have the relevant experience to deliver the services/supplies as described in this Contract Notice.
4C.4 Should bidders intend to use a supply chain to deliver part or all of the requirements detailed within the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through their supply chain promptly and effectively, and provide evidence when requested.
4C.10 Tenderers will be required to provide the proportion (i.e. percentage) of the contract that they intend to subcontract.
4D.1 Tenderers are required to provide a statement that demonstrates that they have the relevant quality assurance standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards possibly required
4C 1.2 Successful delivery of one contract of a similar scope and nature which have been fulfilled in any of the three years prior to the publication of this notice. Tenderers must provide verifiable evidence of each contract relied upon to demonstrate achievement of this standard.
4C.4
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Where the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which demonstrates how they will improve their payment performance
4C.10 For information purposes.
4D.1 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or meet any minimum requirements stated within the PCS-T notice.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
5 August 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
5 August 2024
Local time
12:00pm
Place
Remote via Teams
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: See contract duration with tender documents.
Dependent on exercising of optional extensions.
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
Question deadline: 22 July 2024 @ 12:00
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27116. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please refer to tender documents.
(SC Ref:771721)
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.