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