{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-047b37-2025-01-28T11:49:58Z",
    "date": "2025-01-28T11:49:58Z",
    "ocid": "ocds-h6vhtk-047b37",
    "description": "Question deadline: 22 July 2024 @ 12:00 (SC Ref:788945)",
    "initiationType": "tender",
    "tender": {
        "id": "NLC-CPT-22-171",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "IT and Technology Related Electrical Waste Management",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90514000",
            "description": "Refuse recycling services"
        },
        "mainProcurementCategory": "services",
        "description": "North Lanarkshire Council wishes to secure a contract with a sole supplier for the disposal and recycling of all ICT equipment. Included in the Specification is the Disposal, Recycle, Repurpose of ICT, Electrical & Various Ad-Hoc Goods from North Lanarkshire Council sites. The Council wishes to ensure that a robust Staff Buy Back scheme is implemented alongside wider community benefits.",
        "value": {
            "amount": 150000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council requires the uplift, recycling and re-purposing of electrical waste from all council sites. The total number of sites to be catered for will be more than 500. The demand for uplift and disposal of electrical waste will vary with service requirements. The council have estimated that it will dispose of 11000 assets per year. The council expects the bidder to provide the service free of charge and that income generation will arise from the items transferred. Additional information: The agreement is estimated to generate an income to the council during its lifetime.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 150000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Yes, 2 optional extension periods are available of 12 months each. 60 month initial contract 2 x 12 month optional extension periods."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1: If required by the member state, Tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 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. Bidders must confirm if they hold the particular authorisation or memberships. Failure to do so may result in the Tenderer being excluded from the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Tenderers must respond to SPD Questions 4B.1.2, 4B1.3, 4B.4. 4B.5.1b, 4B.5.2 and 4B.5.3. Acid Test Ratio - The acid-test, or quick ratio, compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The acid-test ratio disregards current assets that are difficult to liquidate quickly such as inventory. The acid-test ratio may not give a reliable picture of a firm's financial condition if the company has accounts receivable that take longer than usual to collect or current.",
                    "minimum": "Employers Liability - 10000000GBP each and every claim and in the annual aggregate Public Liability - 5000000GBP each and every claim and in the annual aggregate Where in the aggregate, the policy should allow for a minimum of one automatic reinstatement of the sum insured in any one period. 4B.4 The bidder must pass the one financial ratio used in this procurement. The ratio(s) detail above for Part 4B.4 of the SPD (Scotland) will be calculated as follows: Acid Test Ratio - minimum ratio 1.0. Should the Council determine that a Bidder is unable to meet the required financial assessment (as above), the Council reserves the sole right to clarify and appraise the Bidders financial standing further. This process will be undertaken in accordance with the Council's internal financial appraisal guidance to provide comfort that the Bidder's financial position does not pose any risk to the Council should they be successful in being awarded the agreement. Should the Council issue a Request for Documentation, Bidders will be required to provide evidence i.e. a PDF version of their most recent sets of audited accounts.\"",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C1.2 Tenderers will be required to demonstrate that they have the relevant experience to deliver the services/supplies as described in this Contract Notice. 4C.4 Should bidders intend to use a supply chain to deliver part or all of the requirements detailed within the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through their supply chain promptly and effectively, and provide evidence when requested. 4C.10 Tenderers will be required to provide the proportion (i.e. percentage) of the contract that they intend to subcontract. 4D.1 Tenderers are required to provide a statement that demonstrates that they have the relevant quality assurance standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice.",
                    "minimum": "4C 1.2 Successful delivery of one contract of a similar scope and nature which have been fulfilled in any of the three years prior to the publication of this notice. Tenderers must provide verifiable evidence of each contract relied upon to demonstrate achievement of this standard. 4C.4 a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Where the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which demonstrates how they will improve their payment performance 4C.10 For information purposes. 4D.1 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or meet any minimum requirements stated within the PCS-T notice.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please refer to tender documents.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-05T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-05T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-05T12:00:00+01:00",
            "address": {
                "streetAddress": "Remote via Teams"
            }
        },
        "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": "See contract duration with tender documents. Dependent on exercising of optional extensions."
        }
    },
    "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": {
                "telephone": "+44 1698302413",
                "email": "Corporateprocurement@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-26938",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-136452",
            "name": "Re-Tek UK Ltd",
            "identifier": {
                "legalName": "Re-Tek UK Ltd"
            },
            "address": {
                "streetAddress": "2 Hurlawcrook Road, East Kilbride",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G75 0AP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000771721"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "002811-2025-NLC-CPT-22-171-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-136452",
                    "name": "Re-Tek UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "002811-2025-NLC-CPT-22-171-1",
            "awardID": "002811-2025-NLC-CPT-22-171-1",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2024-10-30T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            }
        ]
    }
}