Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Seed Potato Labels and Printer Consumables

  • First published: 10 April 2024
  • Last modified: 10 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043417
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
10 April 2024
Deadline date:
08 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Seed Potato Labels and Printer Consumables.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

Victoria Quay, Leith Docks

Edinburgh

EH6 6QQ

UK

Contact person: Marc Jones

E-mail: marc.jones@gov.scot

NUTS: UKM

Internet address(es)

Main address: http://www.scotland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Seed Potato Labels and Printer Consumables

Reference number: 691865

II.1.2) Main CPV code

22000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Seed Potato Labels and Printer Consumables.

II.1.5) Estimated total value

Value excluding VAT: 160 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

22458000

03000000

03212100

79810000

79811000

30199760

30174000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Seed Potato Labels & Printer Consumables (Re-let).

The Science and Advice for Scottish Agriculture (SASA) is a Division of the Scottish Government Directorate for Agriculture, Food and Rural Communities. As the Certifying Authority it is responsible for the management and administration of the Seed Potato Classification Scheme (SPCS).

Before seed potatoes can be marketed they must be inspected and their containers sealed with an official label that confirms the details of the potatoes, and that they meet the required standards. Growers apply for the appropriate quantity of labels and these are printed at the Directorate’s Area Offices located in Inverurie (Aberdeenshire), Perth and Inverness. Details of the seed potato consignment are printed onto the front of the labels using thermal transfer printers and then despatched to, or collected by, the grower.

The work is seasonal and applications for labels are received between September and May. On a busy day Perth or Inverurie Area offices can print up to 80,000 labels.

In total approximately 2,064,000 labels are issued annually.

The contract will not be limited to the Supply of labels, Printing consumables are included also.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Purchaser may, by giving notice to the Supplier, extend the period of the contract for up to a maximum of 12 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Samples of materials will be required from companies submitting tenders (free of charge) in sufficient quantity to enable print testing. The resultant labels will be tested against the criteria outlined in the evaluation and award criteria document.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Minimum Insurance Levels


Minimum level(s) of standards required:

Minimum Insurance Levels - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

Public Liability Insurance = 1,000,000 GBP

Professional Risk Indemnity Insurance = 1,000,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Supply Chain Management/Tracking Systems Used.

Environmental Management Measures.

Proportion (%) to be Sub-Contracted.


Minimum level(s) of standards required:

Supply Chain Management/Tracking Systems Used - If bidders intend to use a supply chain to deliver the requirements detailed in 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 the supply chain promptly and effectively, and provide evidence when requested of:

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. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Environmental Management Measures - Please provide details of the environmental management measures which the bidder will be able to use when performing the contract

Proportion (%) to be Sub-Contracted - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-002389

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26499. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:763131)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Date of dispatch of this notice

09/04/2024

Coding

Commodity categories

ID Title Parent category
03000000 Agricultural, farming, fishing, forestry and related products Agriculture and Food
22458000 Bespoke printed matter Security-type printed matter
79811000 Digital printing services Printing services
30174000 Label making machines Labelling machines
30199760 Labels Paper stationery and other items
03212100 Potatoes Potatoes and dried vegetables
22000000 Printed matter and related products Printing and Publishing
79810000 Printing services Printing and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
marc.jones@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.