Provide Off-site Records Management Doncaster Council
Tenders are invited to supply and maintain a secure, flexible and value-for-money service for records management, storage of the paper records of the Council.
United Kingdom-Doncaster: Records management
2015/S 114-206928
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Doncaster Borough Council
Civic Office, Floor 3, Waterdale
For the attention of: Shaun Ferron
DN1 3BU Doncaster
UNITED KINGDOM
Telephone: +44 1302862405
E-mail: shaun.ferron@doncaster.gov.uk
Internet address(es):
General address of the contracting authority: www.doncaster.gov.uk
Address of the buyer profile: http://www.yortender.co.uk
Electronic access to information: http://www.yortender.co.uk
Electronic submission of tenders and requests to participate: http://www.yortender.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Health
Other: local authority services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
St Leger Homes of Doncaster Ltd
St Leger Court, White Rose Way
DN4 5ND Doncaster
UNITED KINGDOM
Doncaster Children’s Services Trust Ltd
The Blue Building, 38-40 High Street
DN1 1DE Doncaster
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Borough of Doncaster.
NUTS code UKE31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— The Data Protection Act 1998;
— The Freedom of Information Act 2000;
— And manage its records as advised by the information commissioner’s office.
The council’s records are split across different locations and this tender seeks to improve access and security. The council is also rationalising its property assets and may require additional document storage within the life of this contract. As well as consolidate and reduce the cost of storage, retrieval, management and disposal.
It also seeks to include the use of technology where legally allowed reducing the need for physical delivery and return wherever possible.
There are currently approximately 24 000 boxes of documents that require transfer from their current premises and integration into a new solution. Although approximately 2 000 boxes require immediate destruction. Therefore the contract should allow flexibility to reduce and increase that number.
There will be varying protective marking. It is expected to be a 5 year fixed price contract with an option to extend the contract by up to 3 x 12 month periods at the sole discretion of the council. During the contract term the Council may wish to vary the Contract in accordance with the Agreement. In such circumstances the Council will negotiate this with the successful organisation.
II.1.6)Common procurement vocabulary (CPV)
79996100, 48311100, 72512000, 79995100, 92512000, 92512100, 63120000, 63121000, 63121100, 48613000, 79999100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The contract will have the option to be extended for a further 3 x 12 month periods at the sole discretion of the Council following expiry of the initial period.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender (‘ITT’) Document.
III.2.3)Technical capacity
Please refer to the Invitation to Tender (‘ITT’) Document.
Minimum level(s) of standards possibly required:
Please refer to the Invitation to Tender (‘ITT’) Document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 20.7.2015 – 12:30
Place:
Electronically, via web-based port.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised officers of the Council only.
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
The tender documents are available from the YORtender website www.yortender.co.uk with reference 9X4C-9QPKW3. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk on +44 0844 5434580 or email yorkshiresupport@due-north.com
It is expected to be a five year fixed price contract with an option to extend the contract by up to 3 x 12 month periods at the sole discretion of the council. During the contract term
the Council may wish to vary the Contract in accordance with the Agreement. In such circumstances the Council will negotiate this with the successful organisation.
VI.4.1)Body responsible for appeal procedures
Doncaster Council
Corporate Procurement Team Civic Office Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail: corporateprocurementteam@doncaster.gov.uk
Telephone: +44 1302736906
Body responsible for mediation procedures
Doncaster Council
Corporate Procurement Team Civic Office Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail: corporateprocurementteam@doncaster.gov.uk
Telephone: +44 1302736906
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Doncaster Council
Corporate Procurement Team Civic Office Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail: corporateprocurementteam@doncaster.gov.uk
Telephone: +44 1302736906
VI.5)Date of dispatch of this notice: