Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Removal, Storage, Redistribution and Disposal Services 2024-26

  • First published: 09 March 2024
  • Last modified: 09 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0446c3
Published by:
North Lanarkshire Council
Authority ID:
AA20183
Publication date:
09 March 2024
Deadline date:
12 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

Contact person: Paul Stewart

E-mail: stewartpa@northlan.gov.uk

NUTS: UKM84

Internet address(es)

Main address: http://www.northlanarkshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Removal, Storage, Redistribution and Disposal Services 2024-26

Reference number: NLC-CPT-23-106

II.1.2) Main CPV code

98392000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 450 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60183000

63120000

63121100

98392000

60100000

98340000

98342000

II.2.3) Place of performance

NUTS code:

UKM84

II.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.

II.2.5) Award criteria

Criteria below:

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

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 450 000.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.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 required:

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

III.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 required:

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

III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 12/04/2024

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 12/04/2024

Local time: 12:00

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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

UK

VI.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.

VI.5) Date of dispatch of this notice

08/03/2024

Coding

Commodity categories

ID Title Parent category
98340000 Accommodation and office services Miscellaneous services
60183000 Hire of vans with driver Hire of goods-transport vehicles with driver
98392000 Relocation services Other services
60100000 Road transport services Transport services (excl. Waste transport)
63120000 Storage and warehousing services Cargo handling and storage services
63121100 Storage services Storage and retrieval services
98342000 Work environment services Accommodation and office services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
stewartpa@northlan.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.