Section one: Contracting authority
one.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD3 8DZ
rhonda.mckay@dundeecity.gov.uk
Telephone
+44 1382834024
Country
United Kingdom
NUTS code
UKM7 - Eastern Scotland
Internet address(es)
Main address
http://www.taysideprocurement.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Print Services
Reference number
TPC/PRINT/20/22
two.1.2) Main CPV code
- 22000000 - Printed matter and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of Various Printed Materials such as: General Stationery, Litho, Digital and Finishing, Large Scale Posters, Exhibition Panels, Banners, Correx Boards, and Signage. Please note: Road Signage is NOT included as part of this tender, and will not be purchased via this route to market.
two.1.5) Estimated total value
Value excluding VAT: £1,450,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
General Stationery, Sheet-Fed Litho, Specialist Litho, Digital Printing, and Finishing
Lot No
1
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 22100000 - Printed books, brochures and leaflets
- 22450000 - Security-type printed matter
- 22458000 - Bespoke printed matter
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Geographical area of Angus Council, Dundee City Council, and Perth & Kinross Council
two.2.4) Description of the procurement
Provision of General Stationery, Sheet Fed Litho, Specialist Litho and Digital Printing and Finishing:
Standard stationery including (but not limited to) – Letterheads, Business Cards, Envelopes, and Compliment Slips; and
All general sheet-fed work (four colour process, spot colour and digital) to include brochures, reports, leaflets, A4 and A5 stitched pads with up to 5 NCR etc.
Included within this lot is specialist printing such as – letterpress and binding (sewn and perfect), UV Varnishing along with standard finishing – saddle stitching, folding, die cutting etc.
two.2.5) Award criteria
Quality criterion - Name: General Requirements / Weighting: 17
Quality criterion - Name: Technical Requirements / Weighting: 35
Quality criterion - Name: Contract Administration / Weighting: 8
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
May take up the option to extend the contract (either singly or in phases) for a further period (or periods) of up to 24 months after the expiry of the initial term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contract (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Large Format Work and Signage
Lot No
2
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 22100000 - Printed books, brochures and leaflets
- 22450000 - Security-type printed matter
- 22458000 - Bespoke printed matter
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Geographical area of Angus Council, Dundee City Council, and Perth & Kinross Council.
two.2.4) Description of the procurement
For the provision of Large Format Work and Signage.
To include: large scale posters, billboard sized printed graphics, printed exhibition panels, banners, correx and foamex boards, and plaques.
two.2.5) Award criteria
Quality criterion - Name: General Requirements / Weighting: 17
Quality criterion - Name: Technical Requirements / Weighting: 35
Quality criterion - Name: Contract Requirement / Weighting: 8
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
May take up the option to extend the contract (either singly or in phases) for a further period (or periods) of up to 24 months after the expiry of the initial term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contract (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
It is the requirement of this contract that tenderers 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 = 10 million GBP,
Public Liability Insurance = 5 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers will be required to provide examples that demonstrate/or confirm:
*they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.
*sound quality control processes.
*they have they have appropriate human resources available to deliver the requirements of the contract.
*a robust Environmental Management process
*their average annual manpower for the last three years.
*have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.
*the proportion (i.e percentage) of contract that is intended for subcontracts.
*they’re agreement to provide samples.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 28 July 2021
four.2.7) Conditions for opening of tenders
Date
25 February 2021
Local time
12:30pm
Place
DUNDEE
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17759. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
During the term of the contract, Tayside Procurement Consortium will request Management Information to support the delivery of
community benefits. This will be monitored and reported during the lifetime of the contract.
Improving education and skill, delivering training and development, work experience/local apprenticeship programmes, enhancing and improving community projects and improving local employability all promote examples of community benefits.
Tayside Procurement Consortium require detail on:
-A history of benefits delivered incl. what they were, the benefit delivered and outcome achieved.
-How you continue to promote on-going delivery of community benefits, incl. future plans
-How you may be able to deliver community benefit throughout the region of Tayside
(SC Ref:641779)
six.4) Procedures for review
six.4.1) Review body
Forfar Sheriff Court and Justice of the Peace
22 Market Street
Forfar
DD8 3LA
Telephone
+44 1307462186
Country
United Kingdom