Tender

Digitisation, Storage and Disposal Services

WELSH GOVERNMENT - COMMERCIAL DELIVERY

This public procurement record has 1 release in its history.

Tender

13 Jan 2023 at 13:52

Summary of the contracting process

The Welsh Government Commercial Delivery is conducting a procurement for the provision of Digitisation, Storage and Disposal Services. This opportunity is being facilitated through a Dynamic Purchasing System (DPS) established for public sector organizations in Wales. The contract value is £4,000,000, and the procurement involves two lots: Digitisation, Storage and Disposal of Records, and Secure Recycling, Reuse and Disposal of ICT Assets. The procurement is reserved for sheltered workshops and operators focused on integrating disadvantaged persons. The procurement stage is currently active with a tender period ending on 14th January 2025.

This procurement process presents an opportunity for businesses that specialize in records management, storage services, scanning, archive services, and secure equipment disposal. The Welsh Government - Commercial Delivery is overseeing this procurement, aimed at eligible public sector bodies in Wales including local authorities, NHS entities, and education institutions. Businesses working towards social and professional integration of disabled individuals can benefit from this opportunity. The procurement method is selective with a focus on supporting social inclusion and responsible disposal practices.

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

Digitisation, Storage and Disposal Services

Notice Description

Welsh Government Commercial Delivery (formally National Procurement Service/NPS), on behalf of the Welsh Public Sector, established a Dynamic Purchasing System (DPS) for use by public sector organisations in Wales on the 16th of January 2017. The initial period of validity of the DPS was due to end on the 15th of January 2021 but was extended to the 15th of January 2023. This notice is to extend the arrangement for a further 24 months to the 15th of January 2025 with an updated total period of validity of 8years/96months. . The DPS covers Services in the following two lots: - Lot 1: Digitisation, Storage and Disposal of Records - Lot 2: Recycling, Reuse and Disposal of ICT Assets . This DPS is "Reserved" as described in Regulation 20(1)(a) of the 2015 Public Contracts Regulations (as amended). Eligibility to participate is restricted to sheltered workshops and economic operators whose main aim is the social and professional integration of disabled or disadvantaged persons, provided that at least 30% of the employees of those workshops, economic operators or programmes are disabled or disadvantaged workers. . This procurement is being conducted by the Welsh Government Commercial Delivery Team (WGCD), previously the National Procurement Service/NPS. Further information can be accessed from the following URL: https://gov.wales/national-procurement-service . Over 73 public sector organisation in Wales are eligible to use WGCD Agreements, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education. The agreement will be available for use by Organisations in Wales including 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 eligible 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.

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 period of validity for this Dynamic Purchasing system can be amended (extended or terminated early) in accordance with Regulation 34.(27-28a) of the Public Contracts Regulations 2015 (as amended).

Secure Recycling, Reuse and Disposal of ICT Assets

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.

Renewal: The period of validity for this Dynamic Purchasing system can be amended (extended or terminated early) in accordance with Regulation 34.(27-28a) of the Public Contracts Regulations 2015 (as amended).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-039751
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001112-2023
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

90513000 - Non-hazardous refuse and waste treatment and disposal 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
13 Jan 20233 years ago
Submission Deadline
14 Jan 2025Expired
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

Contracting Authority (Buyer)

Main Buyer
WELSH GOVERNMENT - COMMERCIAL DELIVERY
Contact Name
Not specified
Contact Email
commercialprocurementict@gov.wales
Contact Phone
+44 3007900170

Buyer Location

Locality
CARDIFF
Postcode
CF10 3NQ
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL52 Cardiff and Vale of Glamorgan
Delivery Location
TLL Wales

Local Authority
Cardiff
Electoral Ward
Cathays
Westminster Constituency
Cardiff South and Penarth

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-039751-2023-01-13T13:52:37Z",
    "date": "2023-01-13T13:52:37Z",
    "ocid": "ocds-h6vhtk-039751",
    "description": "NOTE: The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk, reference \"pqq_32290 - NPS Digitisation, Storage and Destruction - applications onto the established DPS\" . The Welsh Ministers (WGCD) will not be liable for any bidder costs arising from applications to the DPS process or any call-off procedures. . Related notices: OJEU Contract Notice 2016/S195-351327; Sell2Wales Notice ID: MAR188934 and Sell2Wales Notice ID:JAN356905. 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=128114 (WA Ref:128114) 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": "Welsh Government Commercial Delivery (formally National Procurement Service/NPS), on behalf of the Welsh Public Sector, established a Dynamic Purchasing System (DPS) for use by public sector organisations in Wales on the 16th of January 2017. The initial period of validity of the DPS was due to end on the 15th of January 2021 but was extended to the 15th of January 2023. This notice is to extend the arrangement for a further 24 months to the 15th of January 2025 with an updated total period of validity of 8years/96months. . The DPS covers Services in the following two lots: - Lot 1: Digitisation, Storage and Disposal of Records - Lot 2: Recycling, Reuse and Disposal of ICT Assets . This DPS is \"Reserved\" as described in Regulation 20(1)(a) of the 2015 Public Contracts Regulations (as amended). Eligibility to participate is restricted to sheltered workshops and economic operators whose main aim is the social and professional integration of disabled or disadvantaged persons, provided that at least 30% of the employees of those workshops, economic operators or programmes are disabled or disadvantaged workers. . This procurement is being conducted by the Welsh Government Commercial Delivery Team (WGCD), previously the National Procurement Service/NPS. Further information can be accessed from the following URL: https://gov.wales/national-procurement-service . Over 73 public sector organisation in Wales are eligible to use WGCD Agreements, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education. The agreement will be available for use by Organisations in Wales including 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 eligible 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.",
        "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": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The period of validity for this Dynamic Purchasing system can be amended (extended or terminated early) in accordance with Regulation 34.(27-28a) of the Public Contracts Regulations 2015 (as amended)."
                },
                "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": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The period of validity for this Dynamic Purchasing system can be amended (extended or terminated early) in accordance with Regulation 34.(27-28a) of the Public Contracts Regulations 2015 (as amended)."
                },
                "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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513000",
                        "description": "Non-hazardous refuse and waste treatment and disposal 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": "2025-01-14T17:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2025-01-15T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-72813",
            "name": "Welsh Government - Commercial Delivery",
            "identifier": {
                "legalName": "Welsh Government - Commercial Delivery"
            },
            "address": {
                "streetAddress": "Crown Buildings, Cathays Park",
                "locality": "Cardiff",
                "region": "UKL",
                "postalCode": "CF10 3NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3007900170",
                "email": "CommercialProcurementICT@gov.wales",
                "url": "https://etenderwales.bravosolution.co.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://gov.wales/",
                "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-72813",
        "name": "Welsh Government - Commercial Delivery"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:351327-2016:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}