By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Provision of off-site Records Management.

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:

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
Regional or local authority
I.3)Main activity
General public services
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)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Provision of off-site Records Management.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
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. The council must adhere to:
- 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)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The council’s records are split across 3 different locations, there are currently approximately 24 000 boxes of documents that require transfer from their current premises and integration into a new solution. Some of these require urgent mold treatment prior to ingestion into a new location. The contract should allow flexibility to reduce and increase that number on behalf of the authority. It should be noted that the Council believes that TUPE may apply to this contract. Organisations are strongly advised to take independent professional advice on the possible application of EC Directive 77/187 (regarding the safeguarding of employee’s rights in the event of transfers of undertakings, business or parts of business) (‘the Directives’) and TUPE to any contract which might result from any tender submitted by them. The term ‘TUPE’ throughout the contract documents also incorporates ‘the Directives’. Organisations should also take such advice into account in any tender which they submit. It should be noted that the Council does not provide a warranty to the accuracy of the information provided in regards to TUPE.
II.2.2)Information about options
Options: yes
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
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to the Invitation to Tender (‘ITT’) Document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Invitation to Tender (‘ITT’) Document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Invitation to Tender (‘ITT’) Document.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender (‘ITT’) Document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9X4C-9QPKW3
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 20.7.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.7.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of 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.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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

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)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Doncaster Council
Corporate Procurement Team Civic Office Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail:
Telephone: +44 1302736906

Body responsible for mediation procedures

Doncaster Council
Corporate Procurement Team Civic Office Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail:
Telephone: +44 1302736906

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
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:
Telephone: +44 1302736906

VI.5)Date of dispatch of this notice:
11.6.2015