Notice Information
Notice Title
IT Disposal Resale & Recycling
Notice Description
The Council requires to re-let a contract for IT Disposal Resale and Recycling.
Lot Information
Lot 1
The Service shall comprise the collection and either recycling or resale of redundant ICT equipment covering the following categories ("the Equipment") 1. PC Base Units 2. Laptops & PSU 3. Servers & Data Storage Equipment 4. Mobile Phones & Tablet Devices 5. Monitors 6. MFC & Laser Printers 7. Printers 8. Network Equipment 9. Projectors 10. Plotters 11. UPS 12. Scanners 13. Discrete Storage Media, HDD, Tapes, CDs. Floppy Disks, DVDs, other small storage media. 14. Large e.g. Racks 15. Small Items e.g IP phones, PSTN telephones, Keyboards, Docking Stations, mice, DVD Players, Cables 16. TV Screen 17. PABX Equipment 18. Unused Toner Cartridges Other categories as may be notified by the Customer from time to time
Options: Other categories of equipment as may be notified by the Customer from time to time.
Renewal: The Contract Period may be extended for additional periods each of a minimum duration of 1 year at the option of the Council, subject to satisfactory performance of the contract and service discussions with the Contractor (the "Extension Terms")
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000496932
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341270
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72222300 - Information technology services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £60,000 Under £100K
Notice Dates
- Publication Date
- 8 Jan 20197 years ago
- Submission Deadline
- 30 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Oct 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 4 years from award.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ARGYLL AND BUTE COUNCIL
- Contact Name
- Artem Derevyankin, Sophie Paice
- Contact Email
- artem.derevyankin@argyll-bute.gov.uk, sophie.paice@argyll-bute.gov.uk
- Contact Phone
- +44 1546604088, +44 1546604239
Buyer Location
- Locality
- LOCHGILPHEAD
- Postcode
- PA31 8RT
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM63 Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute
-
- Local Authority
- Argyll and Bute
- Electoral Ward
- Mid Argyll
- Westminster Constituency
- Argyll, Bute and South Lochaber
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283864
IT Disposal Resale & Recycling - The Council requires to re-let a contract for IT Disposal Resale and Recycling. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341270
IT Disposal Resale & Recycling - The Council requires to re-let a contract for IT Disposal Resale and Recycling.
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-r6ebe6-0000496932-2019-01-08T00:00:00Z",
"date": "2019-01-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000496932",
"initiationType": "tender",
"parties": [
{
"id": "org-42",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM63",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"name": "Sophie Paice",
"email": "Sophie.paice@argyll-bute.gov.uk",
"telephone": "+44 1546604239",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.argyll-bute.gov.uk"
}
},
{
"id": "org-135",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"name": "Artem Derevyankin",
"email": "artem.derevyankin@argyll-bute.gov.uk",
"telephone": "+44 1546604088",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.argyll-bute.gov.uk"
}
},
{
"id": "org-349",
"name": "TES-AMM (Europe) Ltd",
"identifier": {
"legalName": "TES-AMM (Europe) Ltd"
},
"address": {
"streetAddress": "3 Drummond Crescent, Riverside Business Park",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA11 5AN"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Argyll and Bute Council",
"id": "org-135"
},
"tender": {
"id": "ocds-r6ebe6-0000496932",
"title": "IT Disposal Resale & Recycling",
"description": "The Council requires to re-let a contract for IT Disposal Resale and Recycling.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Argyll & Bute"
},
"deliveryAddresses": [
{
"region": "UKM63"
},
{
"region": "UKM63"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-06-30T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-06-30T12:00:00Z"
},
"documents": [
{
"id": "MAY283864",
"documentType": "contractNotice",
"title": "IT Disposal Resale & Recycling",
"description": "The Council requires to re-let a contract for IT Disposal Resale and Recycling.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283864",
"format": "text/html"
},
{
"id": "JAN341270",
"documentType": "awardNotice",
"title": "IT Disposal Resale & Recycling",
"description": "The Council requires to re-let a contract for IT Disposal Resale and Recycling.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341270",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Service shall comprise the collection and either recycling or resale of redundant ICT equipment covering the following categories (\"the Equipment\") 1. PC Base Units 2. Laptops & PSU 3. Servers & Data Storage Equipment 4. Mobile Phones & Tablet Devices 5. Monitors 6. MFC & Laser Printers 7. Printers 8. Network Equipment 9. Projectors 10. Plotters 11. UPS 12. Scanners 13. Discrete Storage Media, HDD, Tapes, CDs. Floppy Disks, DVDs, other small storage media. 14. Large e.g. Racks 15. Small Items e.g IP phones, PSTN telephones, Keyboards, Docking Stations, mice, DVD Players, Cables 16. TV Screen 17. PABX Equipment 18. Unused Toner Cartridges Other categories as may be notified by the Customer from time to time",
"status": "complete",
"options": {
"description": "Other categories of equipment as may be notified by the Customer from time to time."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Contract Period may be extended for additional periods each of a minimum duration of 1 year at the option of the Council, subject to satisfactory performance of the contract and service discussions with the Contractor (the \"Extension Terms\")"
}
}
],
"bidOpening": {
"date": "2017-06-30T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Selection Criteria Part 4A2 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. Bidders must confirm if they hold the particular authorisation or memberships. The acceptable authorisation is a Waste Carrier Licence."
},
{
"type": "economic",
"description": "Selection Criteria Part 4B.5.1 The bidder confirms they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice: Employer's (Compulsory) Liability Insurance - GBP5,000,000 Public Liability Insurance GBP5,000,000 Professional Indemnity Insurance GBP2,000,000 Selection Criteria Part 4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that; Bidders must acknowledge and accept that to establish the financial standing of a potential Tenderer, the Council will take into account an independently provided credit risk report. In the event that a company is determined to have a risk failure rating such that the company is considered to have a high risk of business failure, the Council reserves the right to either seek further information on financial standing or to not consider the bid further.",
"minimum": "Selection Criteria Part 4B.5.1 The bidder confirms they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice: Employer's (Compulsory) Liability Insurance - GBP5,000,000 Public Liability Insurance GBP5,000,000 Professional Indemnity Insurance GBP2,000,000 Selection Criteria Part 4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that; Bidders must acknowledge and accept that to establish the financial standing of a potential Tenderer, the Council will take into account an independently provided credit risk report. In the event that a company is determined to have a risk failure rating such that the company is considered to have a high risk of business failure, the Council reserves the right to either seek further information on financial standing or to not consider the bid further."
},
{
"type": "technical",
"description": "Selection Criteria Part 4D.1 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? The acceptable standard is ISO 9001 Selection Criteria Part 4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards? The acceptable standard is ISO 14001",
"minimum": "Selection Criteria Part 4D.1 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? The acceptable standard is ISO 9001 Selection Criteria Part 4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards? The acceptable standard is ISO 14001"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "72222300",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "4 years from award."
}
},
"language": "EN",
"description": "(SC Ref:569134)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000496932"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000496932"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000496932-1",
"suppliers": [
{
"id": "org-349",
"name": "TES-AMM (Europe) Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000496932-1",
"awardID": "ocds-r6ebe6-0000496932-1",
"status": "active",
"value": {
"amount": 60000,
"currency": "GBP"
},
"dateSigned": "2017-10-05T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "678",
"measure": "bids",
"value": 4,
"relatedLot": "1"
}
]
}
}