Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Telephone: +44 1314693922
E-mail: pauline.sutherland@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.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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Specialist Paper and Wide Format Material
Reference number: CT1205
II.1.2) Main CPV code
30197630
II.1.3) Type of contract
Supplies
II.1.4) Short description
Framework agreement for Specialist Paper and Wide Format Material
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Specialist Paper
II.2.2) Additional CPV code(s)
30197642
30197630
30197643
30199100
37823500
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
City of Edinburgh
II.2.4) Description of the procurement
The City of Edinburgh Council intends to award a Framework Agreement of a maximum of five suppliers per Lot for the purpose of Specialist Paper and Wide Format Material within a Print Services Department.
It is expected that this Framework will be for a period of four years.
II.2.5) Award criteria
Criteria below:
Quality criterion: DELIVERY OF THE FRAMEWORK
/ Weighting: 25
Quality criterion: DELIVERY TEAM
/ Weighting: 15
Quality criterion: CONTRACT MANAGEMENT AND KPIS
/ Weighting: 15
Quality criterion: THE ENVIRONMENT AND SUSTAINABILITY
/ Weighting: 15
Quality criterion: QUALITY ASSURANCE
/ Weighting: 10
Quality criterion: COMMUNITY BENEFITS
/ Weighting: 10
Quality criterion: FAIR WORK PRACTICES
/ Weighting: 5
Quality criterion: BUSINESS CONTINIUTY
/ Weighting: 5
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Wide Format Materials
II.2.2) Additional CPV code(s)
30199100
37823400
37823500
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
City of Edinburgh
II.2.4) Description of the procurement
The City of Edinburgh Council intends to award a Framework Agreement of a maximum of five suppliers per Lot for the purpose of Specialist Paper and Wide Format Material within a Print Services Department.
It is expected that this Framework will be for a period of four years.
II.2.5) Award criteria
Criteria below:
Quality criterion: DELIVERY OF THE FRAMEWORK
/ Weighting: 25
Quality criterion: DELIVERY TEAM
/ Weighting: 15
Quality criterion: CONTRACT MANAGEMENT AND KPIS
/ Weighting: 15
Quality criterion: THE ENVIRONMENT AND SUSTAINABILITY
/ Weighting: 15
Quality criterion: QUALITY ASSURANCE
/ Weighting: 10
Quality criterion: COMMUNITY BENEFITS
/ Weighting: 10
Quality criterion: FAIR WORK PRACTICES
/ Weighting: 5
Quality criterion: BUSINESS CONTINIUTY
/ Weighting: 5
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 5
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:
2022/S 000-027560
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/12/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/12/2023
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
A mandatory requirement that Organisations with more than 5 employees have in place a H&S Policy. Where a Bidder does not have an H&S Policy and is required to do so, the Council may exclude the Bidder from the competition.
A mandatory requirement that Tendering Organisations are asked to confirm that they will pay staff directly involved in the delivery of the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Where a Bidder does not pay the Living Wage the Council will exclude the Bidder from the competition.
A mandatory requirement that Tendering Organisations are asked to confirm that they will include the standard clause for Prompt Payment in all contracts at all stages of the supply chain within 30 days. Your Organisation must actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis. Where a Bidder fails to answer "Yes or N/A" the Council will exclude the Bidder from the competition.
A mandatory requirement that Tendering Organisations are asked to confirm that they will provide evidence in relation to climate change emergency and how they will respond. Organisations must submit a completed copy of “Schedule 11 Climate Change Plan”.
Where a Tenderer’s response is less than acceptable, the Council may exclude the Tenderer from the competition.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25097. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Through this Contract, the Council is prioritising the delivery of Community Engagement, Education and Outreach and Employability Skills as well as Sponsorship and Funding.
(SC Ref:748671)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff House, 27 Chambers Street
EDINBURGH
EH1 1LB
UK
VI.5) Date of dispatch of this notice
02/11/2023