Essex County Council: 0591 Provision of IT Storage and Secure Disposal Services

  Essex County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 0591 Provision of IT Storage and Secure Disposal Services
Notice type: Contract Notice
Authority: Essex County Council
Nature of contract: Services
Procedure: Open
Short Description: Essex is retendering its current contract for the secure storage and disposal of data bearing items owned by Essex County Council. In addition to this, services are required for PAT testing, Functionality testing and recycling of ICT equipment for donation to charities.
Published: 24/07/2018 13:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chelmsford: Computer-related services.
Section I: Contracting Authority
      I.1) Name and addresses
             Essex County Council
             County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
             Tel. +44 3330136277, Email: cara.gale@essex.gov.uk
             Contact: Cara Gale
             Main Address: http://www.delta-esourcing.com
             NUTS Code: UKH3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Computer-related-services./ZT8UZVB7Z8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/ZT8UZVB7Z8 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/ZT8UZVB7Z8
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: 0591 Provision of IT Storage and Secure Disposal Services       
      Reference Number: 0591
      II.1.2) Main CPV Code:
      72500000 - Computer-related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Essex is retendering its current contract for the secure storage and disposal of data bearing items owned by Essex County Council. In addition to this, services are required for PAT testing, Functionality testing and recycling of ICT equipment for donation to charities.       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      63120000 - Storage and warehousing services.
      72800000 - Computer audit and testing services.
      72820000 - Computer testing services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: IT Storage and Secure Disposal Framework Agreement for the provision of a secure storage facility with the ability to refresh, build, secure wipe, dispose of data bearing items, to undertake PAT testing and facilitate a Community Computing Scheme for the Authority, other Contracting Bodies and members of the Essex Online Partnership (EOLP) which are listed in an annex in the specification. The Contract Term for the framework shall be for a period of 4 years. Essex County Council (ECC) are concurrently calling off the Framework for an initial period of 1 year with the option to extend for a further 3 periods of 12 months at the Authorities discretion. ECC hold various pieces of equipment at 3 sites in Essex which will require storage and disposal at the commencement of the Call Off Contract. Suppliers are able to view the equipment on 6th and 7th August to enable them to price appropriately for implementation.

ECC require the secure storage facility to be local to their main hub in Chelmsford with CCTV and Alarm systems in a PNC (Police National Computer) check area with vehicle number plate recognition. The Authority require the ability to deliver and collect equipment from the facility with an online inventory system to book such equipment in and out to enable accurate stock control and delivery processing .

There is a requirement for the successful supplier to facilitate a Community Computing Scheme where charities and non profit organisations can request up to 5 pc’s to be donated from the Authority. The successful supplier will be required to provide services to securely wipe, refurbish and prepare the equipment for donation, whilst selling excess equipment that has also been securely wiped to fund the running of the scheme.
The authority will flag any equipment delivered to the storage facility that is for disposal, so it may be processed via the community computing scheme, with any monetary resale value of destroyed equipment processed in line with The Waste Electrical and Electronic Equipment Directive (WEEE Directive), which is the European Community Directive 2012/19/EU on waste electrical and electronic equipment (WEEE) which, together with the RoHS Directive 2002/95/EC.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 30
                        
            Cost criterion - Name: Price / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: Yes       
      Description of renewals: This Framework may be extended at the Authorities discretion for 3 further periods of 12 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/08/2018 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 120
      
      IV.2.7) Conditions for opening of tenders:
         Date: 23/08/2018
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Year 2, 3 or 4 depending on whether options to extend are used
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The estimated value indicated at II.1.5 is indicative only. No level of expenditure is guaranteed by the Authority or its partners. The figures stated are an estimate of the potential value of all contracts that may be entered in to by ECC and the other organisations named as able to contract with the successful suppliers during the contract period. ECC reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by potential suppliers (or any other person participating in the process)in relation to this procurement exercise including if the procurement exercise is cancelled. Each bidder shall be responsible for its own costs and expenses incurred in participating in this process. A copy of the permissible users can be found as an appendix to the specification in the Procurement documents available on the portal link below. For more general information please email the contact stated within this notice. The access code for this opportunity on BiP Delta is ZT8UZVB7Z8.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Computer-related-services./ZT8UZVB7Z8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZT8UZVB7Z8
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court, Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 24/07/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Chelmsford: Computer-related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Essex County Council
       County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
       Tel. +44 3330136277, Email: cara.gale@essex.gov.uk
       Contact: Cara Gale
       Main Address: http://www.delta-esourcing.com
       NUTS Code: UKH3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: 0591 Provision of IT Storage and Secure Disposal Services            
      Reference number: 0591

      II.1.2) Main CPV code:
         72500000 - Computer-related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Essex is awarding a framework agreement for the secure storage and disposal of data bearing items and concurrently awarding a call-off from the framework for the secure storage and disposal of data bearing items owned by Essex County Council. In addition to this, services are required for PAT testing, Functionality testing and recycling of ICT equipment for donation to charities.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 600,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            63120000 - Storage and warehousing services.
            72800000 - Computer audit and testing services.
            72820000 - Computer testing services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: IT Storage and Secure Disposal Framework Agreement for the provision of a secure storage facility with the ability to refresh, build, secure wipe, dispose of data bearing items, to undertake PAT testing and facilitate a Community Computing Scheme for the Authority, other Contracting Bodies and members of the Essex Online Partnership (EOLP) which are listed in an annex in the specification. The Contract Term for the framework shall be for a period of 4 years. Essex County Council (ECC) are concurrently calling off the Framework for an initial period of 1 year with the option to extend for a further 3 periods of 12 months at the Authorities discretion. ECC hold various pieces of equipment at 3 sites in Essex which will require storage and disposal at the commencement of the Call Off Contract.

ECC require the secure storage facility to be local to their main hub in Chelmsford with CCTV and Alarm systems in a PNC (Police National Computer) check area with vehicle number plate recognition. The Authority require the ability to deliver and collect equipment from the facility with an online inventory system to book such equipment in and out to enable accurate stock control and delivery processing .

There is a requirement for the successful supplier to facilitate a Community Computing Scheme where charities and non profit organisations can request up to 5 pc’s to be donated from the Authority. The successful supplier will be required to provide services to securely wipe, refurbish and prepare the equipment for donation, whilst selling excess equipment that has also been securely wiped to fund the running of the scheme.
The authority will flag any equipment delivered to the storage facility that is for disposal, so it may be processed via the community computing scheme, with any monetary resale value of destroyed equipment processed in line with The Waste Electrical and Electronic Equipment Directive (WEEE Directive), which is the European Community Directive 2012/19/EU on waste electrical and electronic equipment (WEEE) which, together with the RoHS Directive 2002/95/EC.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 30
                  
      Cost criterion - Name: Price / Weighting: 70
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 142-324733
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 0591    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             EOL IT Services Ltd
             1-3 Baltic Wharf, Station Road, Maldon, CM9 4LQ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 600,000          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The estimated value indicated at II.1.5 is indicative only. No level of expenditure is guaranteed by the Authority or its partners. The figures stated are an estimate of the potential value of all contracts that may be entered in to by ECC and the other organisations named as able to contract with the successful suppliers during the contract period. ECC reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by potential suppliers (or any other person participating in the process)in relation to this procurement exercise including if the procurement exercise is cancelled. Each bidder shall be responsible for its own costs and expenses incurred in participating in this process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=353828416

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court, Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 26/11/2018