Tender for IT Storage and Secure Disposal Services
Essex is retendering its current contract for the secure storage and disposal of data bearing items.
United Kingdom-Chelmsford: Computer-related services
2018/S 142-324733
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Market Road
Chelmsford
CM1 1QH
United Kingdom
Contact person: Cara Gale
Telephone: +44 3330136277
E-mail: cara.gale@essex.gov.uk
NUTS code: UKH3
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
0591 Provision of IT Storage and Secure Disposal Services
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)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. 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework may be extended at the Authorities discretion for 3 further periods of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Year 2, 3 or 4 depending on whether options to extend are used
VI.2)Information about electronic workflows
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
GO Reference: GO-2018724-PRO-12870198
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: