Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.1) Name and addresses
The Crofting Commission
Great Glen House, Leachkin Road
Inverness
IV3 8NW
neil.macdonald@crofting.scotland.gov.uk
Telephone
+44 1463663473
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16344
one.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
Telephone
+44 1463279000
Fax
+44 1463279001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Offsite Records Storage
Reference number
FTS007
two.1.2) Main CPV code
- 63121000 - Storage and retrieval services
two.1.3) Type of contract
Services
two.1.4) Short description
HIE requires a suitably qualified and experienced supplier to provide the following services for records: storage, retrieval and delivery from storage; uplift from user sites, scanning of files, secure disposal and supply of ancillary items e.g. archive boxes etc.
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: £226,667
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
The contract will be awarded under a Framework Agreement to a single supplier and under this agreement, no minimum workload is guaranteed. Services will be agreed on an “as required” basis only.
It will be available for call-off by any current or future HIE subsidiary organisation, associated company, joint venture or similar, all subject to a case-by-case prior approval by HIE, plus the following organisations:
- Crofting Commission (CC)
- University of the Highlands and Islands (UHI)
The price used in II.1.7 and V.2.4 is the potential total cost if all extensions are invoked. The successful 3 year bid price used for evaluation was 119432 GBP.
two.2.5) Award criteria
Quality criterion - Name: Storage Methods / Weighting: 10%
Quality criterion - Name: Delivery/Retrieval/Uplift Methods / Weighting: 10%
Quality criterion - Name: Disposal Methods / Weighting: 10%
Quality criterion - Name: Quality Management / Weighting: 10%
Quality criterion - Name: Management & Delivery Team / Weighting: 10%
Quality criterion - Name: Sustainability / Weighting: 5%
Quality criterion - Name: Risks / Weighting: 5%
Quality criterion - Name: Fair Work / Weighting: 5%
Quality criterion - Name: Cyber Security - Pass/Fail / Weighting: 0%
Price - Weighting: 35%
two.2.11) Information about options
Options: Yes
Description of options
HIE reserves the right, on giving reasonable written notice from time to time, to require changes to the Services (whether by way of the removal of Services, the addition of new Services, or increasing or decreasing the Services). HIE shall not require any such change other than where it is permitted by Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
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 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 000-018104
Section five. Award of contract
Contract No
FTS007
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 December 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
fileVAULT
Unit 1, Inverbreakie Ind. Est., Invergordon
Invergordon
IV18 0QG
Telephone
+44 7712751595
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £226,667
Section six. Complementary information
six.3) Additional information
Award criteria scoring:
0 = Unacceptable — Nil or inadequate response which fails to demonstrate an ability to meet the requirement.
1 = Poor — Response is partially relevant but generally poor. It addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 = Acceptable — Response is relevant and acceptable. It addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 = Good — Response is relevant and good. It is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 = Excellent - Response is completely relevant and excellent overall. It is comprehensive, unambiguous and demonstrate a thorough understanding of the requirement and provides details of how the requirement will be met in full.
(SC Ref:668647)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
Iv1 1AH
Telephone
+44 1463230782
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 Procurement (Scotland) Regulations 2016 or the Procurement Reform (Scotland) Act 2014 may bring proceedings in the Sheriff Court or the Court of Session.