Award

Removal, Storage, Redistribution and Disposal Services

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

14 Jun 2021 at 14:05

Tender

08 Mar 2021 at 09:16

Summary of the contracting process

The North Lanarkshire Council is seeking a single external provider for the "Removal, Storage, Redistribution and Disposal Services" within the geographical boundaries of North Lanarkshire, UK. This procurement, classified under the services category and identified by CPV code 98392000, is currently stage-active in an open procedure. The tender period ended on 9 April 2021, with bids needing to meet specific criteria and requirements detailed in the ITT document. The estimated contract value is £480,000, and it will be awarded for a total of three years, allowing for renewal options.

This tender presents a valuable opportunity for businesses specialising in relocation services, storage, and logistics. Companies with experience in providing comprehensive removal and disposal services, particularly those that are compliant with legislative and environmental standards, are well-suited to compete. Additionally, businesses that can demonstrate the necessary insurance and a robust approach to community benefits will likely stand out when bidding for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Removal, Storage, Redistribution and Disposal Services

Notice 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.

Lot Information

Lot 1

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02992f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013384-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services

98 - Other community, social and personal services


CPV Codes

60100000 - Road transport services

60183000 - Hire of vans with driver

63120000 - Storage and warehousing services

63121100 - Storage services

63122000 - Warehousing services

98340000 - Accommodation and office services

98342000 - Work environment services

98392000 - Relocation services

Notice Value(s)

Tender Value
£480,000 £100K-£500K
Lots Value
£480,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£480,000 £100K-£500K

Notice Dates

Publication Date
14 Jun 20214 years ago
Submission Deadline
9 Apr 2021Expired
Future Notice Date
Not specified
Award Date
3 Jun 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
The Framework Agreement will be awarded for a total of three years (2 plus 1). Following expiry of the Framework Agreement, the Council may elect to re-tender requirements.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Euan Walker
Contact Email
walkereuan@northlan.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

KELERBAY LIMITED T/A DOREE BONNER INTERNATIONAL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02992f-2021-06-14T15:05:04+01:00",
    "date": "2021-06-14T15:05:04+01:00",
    "ocid": "ocds-h6vhtk-02992f",
    "description": "(SC Ref:657275)",
    "initiationType": "tender",
    "tender": {
        "id": "NLC-CPT-21-006",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Removal, Storage, Redistribution and Disposal Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "98392000",
            "description": "Relocation services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 480000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology and Approach",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Communication",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Complaints",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Contingency Planning",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Waste Disposal and Recycling Processes",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Added Value",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Fair Working Practices",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Community Benefit Methodology",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "name": "Community Benefit Offering",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 480000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60183000",
                        "description": "Hire of vans with driver"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63120000",
                        "description": "Storage and warehousing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63121100",
                        "description": "Storage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98392000",
                        "description": "Relocation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60100000",
                        "description": "Road transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63122000",
                        "description": "Warehousing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98340000",
                        "description": "Accommodation and office services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98342000",
                        "description": "Work environment services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "deliveryLocation": {
                    "description": "All North Lanarkshire Council geographic area"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD (Scotland) 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 - British Association of Removers (or an equivalent body). --- Within the Qualification Envelope, bidder's should confirm whether or not they are members of the British Association of Removers (or an equivalent body). Bidder's who believe they are not required to be members of the British Association of Removers or any other equivalent body should detail why they believe they are exempt.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD (Scotland) 4B.1.1 - Bidders will be required to have a general yearly turnover of a minimum of one and a half times the estimated annual value of the Framework Agreement i.e. 270,000 GBP over their previous two (2) financial years. --- SPD (Scotland) 4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. --- SPD (Scotland) 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Framework Agreement, the types and levels of insurance indicated below: - Employer's (Compulsory) Liability Insurance - 10m GBP (TEN MILLION POUNDS STERLING) - Public Liability - minimum 10m GBP (TEN MILLION POUNDS STERLING) - Goods in Transit Insurance - minimum 100k GBP (ONE HUNDRED THOUSAND POUNDS STERLING)",
                    "minimum": "SPD (Scotland) 4B.1.1 - Within the Qualification Envelope, the bidder should state their general yearly turnover as per their two (2) most recent sets of audited accounts. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to meet the general yearly turnover required will be assessed as a FAIL and will be excluded from the Procurement. --- SPD (Scotland) 4B.3 - Within the Qualification Envelope and where applicable, the bidder is required to provide a brief statement detailing why required information is not available for SPD (Scotland) 4B.1.1 and confirm the date in which their organisation were set up / registered and / or started trading. Bidders who fail to provide a relevant response to SPD (SCOTLAND) question 4.B.1.1 and fail to provide sufficient justification within SPD (SCOTLAND) Part 4B.3 may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4B.5 - Within the Qualification Envelope, bidder's should confirm whether or not they: -have the required minimum levels of insurance, -do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the Framework Agreement, -do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or -are exempt from requiring the minimum levels of insurance required by the Council. Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance will be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4B.1.1 and 4B.5 will be assessed on a Pass /Fail basis. SPD (Scotland) 4B.3 should only be completed where the bidder is not able to meet the requirements of SPD (Scotland) 4B.1.1. Accordingly, 4B.3 will be assessed on a Pass / Fail basis if necessary. Further information on the minimum requirements and full assessment criteria for Part 4.B of the SPD SPD (Scotland) is located within condition 3.2 of the ITT document within the PCS-T System.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD (Scotland) 4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. --- SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement. --- SPD (Scotland) 4D - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the ITT document within the PCS-T System.",
                    "minimum": "SPD (Scotland)4C.1.2 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Framework Agreement which were similar in regards to scope, scale and duration. Within the Qualification Envelope, the bidder should provide a minimum of two (2) examples fully inclusive of the name of the contractual arrangement, a brief description of the requirements, the duration of the contractual arrangement (including start and end dates (month/ year) and the overall value. Bidders who fail to provide suitable examples may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4C.10 - Bidders should confirm whether they intend to subcontract any part of the Framework Agreement and if so, what proportion will be sub-contracted. Budders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4D - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the ITT document within the PCS-T System. --- SPD (Scotland) 4C.1 and 4D will be assessed on a Pass /Fail basis. SPD (Scotland) 4C.10 is for information only and will not be assessed however failure to complete may result in a fail being applied. Any sub-contractors identified may be required to provide a separate SPD (SCOTLAND). Further information on the minimum requirements and full assessment criteria for Part 4.C and 4.D of the SPD (Scotland) is located within condition 3.2 of the ITT document within the PCS-T System.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Further information on Framework Agreement monitoring conditions is located within condition 2.8.2 of the ITT document within the PCS-T System.",
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "Not Applicable"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-09T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-10-06T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2021-04-09T12:30:00+01:00"
        },
        "bidOpening": {
            "date": "2021-04-09T12:30:00+01:00",
            "address": {
                "streetAddress": "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."
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "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.",
        "recurrence": {
            "description": "The Framework Agreement will be awarded for a total of three years (2 plus 1). Following expiry of the Framework Agreement, the Council may elect to re-tender requirements."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Euan Walker",
                "email": "walkereuan@northlan.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698282957",
                "email": "hamilton@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-19443",
            "name": "Kelerbay Limited t/a Doree Bonner International",
            "identifier": {
                "legalName": "Kelerbay Limited t/a Doree Bonner International"
            },
            "address": {
                "streetAddress": "48 Clyde Street , Clydebank, Glasgow",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G81 1NW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "013384-2021-NLC-CPT-21-001-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-19443",
                    "name": "Kelerbay Limited t/a Doree Bonner International"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "013384-2021-NLC-CPT-21-001-1",
            "awardID": "013384-2021-NLC-CPT-21-001-1",
            "status": "active",
            "value": {
                "amount": 480000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-04T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            }
        ]
    }
}