Notice Information
Notice Title
Digitisation, Storage and Disposal Services
Notice Description
The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a Dynamic Purchasing System (DPS) for use by public sector organisations in Wales. The DPS will cover Services in the following two lots: Lot 1: Digitisation, Storage and Disposal of Records Lot 2: Recycling, Reuse and Disposal of ICT Assets Entry to the DPS will be restricted to those organisations who meet the requirements of Article 20(1)(a) of the 2015 Public Contracts Regulations. Over 73 public sector organisations in Wales have committed to the NPS including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education. Further organisations that may use NPS frameworks include other Welsh Public Sector bodies and Welsh based Charities. In addition, the Ministry of Defence are eligible to use this arrangement. This procurement is being conducted by the National Procurement Service (NPS), which is a division of the Welsh Government. As a consequence of the Government of Wales Act 2006, the contracting party will be the Welsh Ministers. Further information on the NPS can be accessed from the following link: https://gov.wales/national-procurement-service
Lot Information
Digitisation, Storage and Disposal of Records
The Supplier will be required to digitise, store and dispose of records. The Supplier must be able to provide a range of services via this arrangement, to include: - Digitisation of physical records; - Secure storage of physical records; - Disposal of records - either to be archived as per the Customers' instructions, or to be physically destroyed; - Secure transport of physical records; - Secure transfer of digital records. To enter onto and remain a Supplier on the Dynamic Purchasing System, Suppliers will be required to work to or hold specific standards identified as "CORE" in the specification which can be found in the tender documents. At call-off Customers may specify additional or alternative requirements, examples of which are identified as "Non-Core". Additional information: The duration of individual Call-Off Contracts will be set out in each individual Call-Off Contract and may overhang the period of validity of the DPS. The DPS period of validity commenced on the 16th of January 2017.
Renewal: The initial period of validity for the Dynamic Purchasing System was 4 years/ 48 months. This period can be amended (extended, shortened, terminated) subject to notification on the relevant OJEU standard form. **The purpose of this notice is to extend the original period of validity for an additional 24 months. So the total period of validity is now 6 years/ 72 months.**
Secure Recycling, Reuse and Disposal of ICT AssetsThe Supplier will be required to collect various items of ICT related electrical equipment and ensure the sanitisation and/or disposal of the equipment in accordance with relevant European directives or any other legislation applicable to these requirements. The Supplier must be able to provide a range of services via this framework, to include: - Secure sanitisation and destruction of equipment; - Secure sanitisation and redeployment of equipment back to the client. This service may include the option of reimaging; - Secure sanitisation and donation or resale. To enter onto and remain a Supplier on the Dynamic Purchasing System, Suppliers will be required to work to or hold specific standards identified as "CORE" in the specification which can be found in the tender documents. At call-off Customers may specify additional or alternative requirements, examples of which are identified as "Non-Core". Additional information: The duration of individual Call-Off Contracts will be set out in each individual Call-Off Contract and may overhang the period of validity of the DPS. The DPS period of validity commenced on the 16th of January 2017.
Renewal: The initial period of validity for the Dynamic Purchasing System was 4 years/ 48 months. This period can be amended (extended, shortened, terminated) subject to notification on the relevant OJEU standard form. **The purpose of this notice is to extend the original period of validity for an additional 24 months. So the total period of validity is now 72 months.**
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028983
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000559-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
92 - Recreational, cultural and sporting services
-
- CPV Codes
63121000 - Storage and retrieval services
63121100 - Storage services
79996100 - Records management
79999100 - Scanning services
90500000 - Refuse and waste related services
90514000 - Refuse recycling services
92512000 - Archive services
92512100 - Archive destruction services
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Jan 20215 years ago
- Submission Deadline
- 6 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL PROCUREMENT SERVICE (WELSH GOVERNMENT)
- Contact Name
- Not specified
- Contact Email
- npsictcategoryteam@gov.wales
- Contact Phone
- +44 3007900170
Buyer Location
- Locality
- CAERPHILLY
- Postcode
- CF83 8WT
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL53 Gwent Valleys
- Delivery Location
- TLL Wales
-
- Local Authority
- Caerphilly
- Electoral Ward
- Bedwas and Trethomas
- Westminster Constituency
- Caerphilly
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-028983-2021-01-12T10:56:02Z",
"date": "2021-01-12T10:56:02Z",
"ocid": "ocds-h6vhtk-028983",
"description": "**The purpose of this notice is to extend the original period of validity of the Dynamic Purchasing System for an additional 24 months. The DPS period of validity commenced on the 16th of January 2017 and will now end on the 15th of January 2023. This period can be further amended (extended, shortened, terminated) subject to notification on the relevant OJEU standard form. Related notices for reference: OJEU Contract Notice 2016/S 195-351327; and national contract notice 63588 https://www.sell2wales.gov.wales/search/show/Search_View.aspx?ID=MAR188934 ** . The agreement will be available for use by NPS Member Organisations, Schools & Educational Establishments, Town & Community Councils, Citizen Advice Bureaus, Housing Associations, WCVA, BBC & Voluntary Organisations within the City & County Boundaries of Wales and any Welsh Public Sector organisations that aren't named above, but become NPS members during the term of the agreement. In addition the Ministry of Defence will be eligible to use this agreement. In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities (provided that they exercise the same or similar functions) will also be able to enter into specific contracts under this DPS during its duration. The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk. . INTITIAL REGISTRATION ON THE PLATFORM - On registering on the Platform the Super User will select a username and will receive a password. - The Password will be sent to the e-mail address specified in the User Details section. - Please log-in to the Platform by entering your Username & Password. - Registration should only be performed once for each Organisation. If you think someone in your Organisation may have registered on this Platform then you must not register again. - Contact the Helpdesk immediately if you are unable to contact the Super User. . HOW TO FIND THE PQQ: - Once logged in you must click on 'PQQs Open to all Suppliers'. - The etender references for this Dynamic Purchasing System (DPS) are: - Project_33119 - Reference for applications onto the established DPS: pqq_32290 - Click on the title to access summary details of the PQQ. If you are still interested in submitting a tender, click the 'Express an Interest button'. This will move the PQQ from the 'Open to all Suppliers' area to the 'My PQQ's' on the home page. - You will then see the full details of the PQQ in the qualification and technical envelopes along with any relevant documents in the 'Attachments' area. If you have any queries regarding the requirements please message using the e-tenderwales message portal. If you are seeking help on using the etenderwales system please email the bravo solutions helpdesk athelp@bravosolution.co.uk or +44 8003684852 If you require the documentation in an alternative format, please use the 'Messages' area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format. . The Welsh Ministers (NPS) will not be liable for any bidder costs arising from this application process or any non-commencement of the DPS or non-commencement of any call-off procedures. NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107217 (WA Ref:107217) The buyer considers that this contract is suitable for consortia.",
"initiationType": "tender",
"tender": {
"id": "NPS-0054-16",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Digitisation, Storage and Disposal Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79996100",
"description": "Records management"
},
"mainProcurementCategory": "services",
"description": "The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a Dynamic Purchasing System (DPS) for use by public sector organisations in Wales. The DPS will cover Services in the following two lots: Lot 1: Digitisation, Storage and Disposal of Records Lot 2: Recycling, Reuse and Disposal of ICT Assets Entry to the DPS will be restricted to those organisations who meet the requirements of Article 20(1)(a) of the 2015 Public Contracts Regulations. Over 73 public sector organisations in Wales have committed to the NPS including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education. Further organisations that may use NPS frameworks include other Welsh Public Sector bodies and Welsh based Charities. In addition, the Ministry of Defence are eligible to use this arrangement. This procurement is being conducted by the National Procurement Service (NPS), which is a division of the Welsh Government. As a consequence of the Government of Wales Act 2006, the contracting party will be the Welsh Ministers. Further information on the NPS can be accessed from the following link: https://gov.wales/national-procurement-service",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "Digitisation, Storage and Disposal of Records",
"description": "The Supplier will be required to digitise, store and dispose of records. The Supplier must be able to provide a range of services via this arrangement, to include: - Digitisation of physical records; - Secure storage of physical records; - Disposal of records - either to be archived as per the Customers' instructions, or to be physically destroyed; - Secure transport of physical records; - Secure transfer of digital records. To enter onto and remain a Supplier on the Dynamic Purchasing System, Suppliers will be required to work to or hold specific standards identified as \"CORE\" in the specification which can be found in the tender documents. At call-off Customers may specify additional or alternative requirements, examples of which are identified as \"Non-Core\". Additional information: The duration of individual Call-Off Contracts will be set out in each individual Call-Off Contract and may overhang the period of validity of the DPS. The DPS period of validity commenced on the 16th of January 2017.",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial period of validity for the Dynamic Purchasing System was 4 years/ 48 months. This period can be amended (extended, shortened, terminated) subject to notification on the relevant OJEU standard form. **The purpose of this notice is to extend the original period of validity for an additional 24 months. So the total period of validity is now 6 years/ 72 months.**"
},
"secondStage": {
"minimumCandidates": 15,
"maximumCandidates": 15
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Secure Recycling, Reuse and Disposal of ICT Assets",
"description": "The Supplier will be required to collect various items of ICT related electrical equipment and ensure the sanitisation and/or disposal of the equipment in accordance with relevant European directives or any other legislation applicable to these requirements. The Supplier must be able to provide a range of services via this framework, to include: - Secure sanitisation and destruction of equipment; - Secure sanitisation and redeployment of equipment back to the client. This service may include the option of reimaging; - Secure sanitisation and donation or resale. To enter onto and remain a Supplier on the Dynamic Purchasing System, Suppliers will be required to work to or hold specific standards identified as \"CORE\" in the specification which can be found in the tender documents. At call-off Customers may specify additional or alternative requirements, examples of which are identified as \"Non-Core\". Additional information: The duration of individual Call-Off Contracts will be set out in each individual Call-Off Contract and may overhang the period of validity of the DPS. The DPS period of validity commenced on the 16th of January 2017.",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial period of validity for the Dynamic Purchasing System was 4 years/ 48 months. This period can be amended (extended, shortened, terminated) subject to notification on the relevant OJEU standard form. **The purpose of this notice is to extend the original period of validity for an additional 24 months. So the total period of validity is now 72 months.**"
},
"secondStage": {
"minimumCandidates": 15,
"maximumCandidates": 15
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79996100",
"description": "Records management"
},
{
"scheme": "CPV",
"id": "63121000",
"description": "Storage and retrieval services"
},
{
"scheme": "CPV",
"id": "63121100",
"description": "Storage services"
},
{
"scheme": "CPV",
"id": "79999100",
"description": "Scanning services"
},
{
"scheme": "CPV",
"id": "92512000",
"description": "Archive services"
},
{
"scheme": "CPV",
"id": "92512100",
"description": "Archive destruction services"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "90514000",
"description": "Refuse recycling services"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etenderwales.bravosolution.co.uk/",
"communication": {
"atypicalToolUrl": "https://etenderwales.bravosolution.co.uk/"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reservedParticipation": [
"shelteredWorkshop"
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true,
"dynamicPurchasingSystem": {
"type": "open"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-01-06T17:00:00Z"
},
"secondStage": {
"invitationDate": "2023-01-06T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en",
"cy"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-224",
"name": "National Procurement Service (Welsh Government)",
"identifier": {
"legalName": "National Procurement Service (Welsh Government)"
},
"address": {
"streetAddress": "T'yr Afon, Bedwas Road",
"locality": "Caerphilly",
"region": "UKL",
"postalCode": "CF83 8WT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3007900170",
"email": "NPSICTCategoryTeam@gov.wales",
"url": "https://etenderwales.bravosolution.co.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://gov.wales/national-procurement-service",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-224",
"name": "National Procurement Service (Welsh Government)"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:351327-2016:TEXT:EN:HTML"
}
],
"language": "en"
}