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 Award Notice

Supply of Graffiti Coating Product, Removal Product and Equipment

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-04c0a5
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
07 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Street Cleansing Team within the City of Edinburgh Council (the Council) is required to provide graffiti removal services for Council property. The Graffiti Team requires highly specialised chemicals to perform these services along with the equipment necessary to utilise the chemicals.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Graham Halliday

Telephone: +44 1314693922

E-mail: graham.halliday@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Supply of Graffiti Coating Product, Removal Product and Equipment

Reference number: CT1395

II.1.2) Main CPV code

24000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Street Cleansing Team within the City of Edinburgh Council (the Council) is required to provide graffiti removal services for Council property. The Graffiti Team requires highly specialised chemicals to perform these services along with the equipment necessary to utilise the chemicals.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 320 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

General Graffiti Removal Chemicals

II.2.2) Additional CPV code(s)

24960000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh Council

II.2.4) Description of the procurement

Supply of general graffiti removal chemicals (environmentally/skin safe) and equipment

II.2.5) Award criteria

Quality criterion: Full details in tender documentation / Weighting: 50

Price / Weighting:  50

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

Lot No: 2

II.2.1) Title

Specialised Graffiti Removal Chemicals Historic Buildings

II.2.2) Additional CPV code(s)

24960000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh Council

II.2.4) Description of the procurement

Specialised graffiti chemicals Historic Buildings, full details of the requirements are included in the attached specification.

II.2.5) Award criteria

Quality criterion: Full details in tender documentation / Weighting: 50

Price / Weighting:  50

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

Lot No: 3

II.2.1) Title

Specialised Anti-Graffiti (Graffiti Resistant Coating) Chemicals

II.2.2) Additional CPV code(s)

24960000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh Council

II.2.4) Description of the procurement

Specialised anti-graffiti (graffiti resistant coating) chemicals, full details of the requirements are included in the attached specification.

II.2.5) Award criteria

Quality criterion: Full details in tender documentation / Weighting: 50

Price / Weighting:  50

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-038390

Section V: Award of contract

Lot No: 1

Title: General Graffiti Removal Chemicals

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/03/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Nordic Products and Services Ltd

Church Road

Stockton-On-Tees

TS18 2HN

UK

Telephone: +44 1642678015

NUTS: UKC11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PPG Architectural Coatings UK Ltd

Huddersfield Road, Birstall

Batley

WF17 9XA

UK

Telephone: +44 01924354780

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Graffiti Removal Ltd

Wildmoor Lane, Hook

Hampshire

RG27 0HL

UK

Telephone: +44 7717291722

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 132 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Specialised Graffiti Removal Chemicals Historic Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/03/2025

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Nordic Products and Services Ltd

Church Road

Stockton-On-Tees

TS18 2HN

UK

Telephone: +44 1642678015

NUTS: UKC11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PPG Architectural Coatings UK Ltd

Huddersfield Road, Birstall

Batley

WF17 9XA

UK

Telephone: +44 01924354780

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Eco-Solutions Limited

Stonecroft, 1 Court Hay

Easton In Gordano

BS20 0PY

UK

Telephone: +44 1934844484

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Graffiti Removal Ltd

Wildmoor Lane, Hook

Hampshire

RG27 0HL

UK

Telephone: +44 7717291722

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 132 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Specialised Anti-Graffiti (Graffiti Resistant Coating) Chemicals

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/03/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Nordic Products and Services Ltd

Church Road

Stockton-On-Tees

TS18 2HN

UK

Telephone: +44 1642678015

NUTS: UKC11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PPG Architectural Coatings UK Ltd

Huddersfield Road, Birstall

Batley

WF17 9XA

UK

Telephone: +44 01924354780

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Graffiti Removal Ltd

Wildmoor Lane, Hook

Hampshire

RG27 0HL

UK

Telephone: +44 7717291722

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 56 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.

Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.4. Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract, and/or any subsequent call off contract (including any agency or sub-contractor staff) directly involved in the delivery of the contract, and/or any subsequent call off contract, at least the real Living Wage.

Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.

(SC Ref:794794)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

31/03/2025

Coding

Commodity categories

ID Title Parent category
24000000 Chemical products Materials and Products
24960000 Various chemical products Fine and various chemical products

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:
graham.halliday@edinburgh.gov.uk
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.