Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
pauline.sutherland@edinburgh.gov.uk
Telephone
+44 1314693922
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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
Specialist Paper and Wide Format Material
Reference number
CT1205
two.1.2) Main CPV code
- 30197630 - Printing paper
two.1.3) Type of contract
Supplies
two.1.4) Short description
Framework agreement for Specialist Paper and Wide Format Material
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £200,568
two.2) Description
two.2.1) Title
Wide Format Materials
Lot No
2
two.2.2) Additional CPV code(s)
- 30199100 - Carbon paper, self-copy paper, paper duplicator stencils and carbonless paper
- 37823400 - Transparent or translucent paper
- 37823500 - Art and craft paper
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
City of Edinburgh
two.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.
two.2.5) Award criteria
Quality criterion - Name: DELIVERY OF THE FRAMEWORK / Weighting: 25
Quality criterion - Name: DELIVERY TEAM / Weighting: 15
Quality criterion - Name: CONTRACT MANAGEMENT AND KPIS / Weighting: 15
Quality criterion - Name: THE ENVIRONMENT AND SUSTAINABILITY / Weighting: 15
Quality criterion - Name: QUALITY ASSURANCE / Weighting: 10
Quality criterion - Name: COMMUNITY BENEFITS / Weighting: 10
Quality criterion - Name: FAIR WORK PRACTICES / Weighting: 5
Quality criterion - Name: BUSINESS CONTINIUTY / Weighting: 5
Price - Weighting: 70
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) Description
two.2.1) Title
Specialist Paper
Lot No
1
two.2.2) Additional CPV code(s)
- 30197642 - Photocopier paper and xerographic paper
- 30197630 - Printing paper
- 30197643 - Photocopier paper
- 30199100 - Carbon paper, self-copy paper, paper duplicator stencils and carbonless paper
- 37823500 - Art and craft paper
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
City of Edinburgh
two.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.
two.2.5) Award criteria
Quality criterion - Name: DELIVERY OF THE FRAMEWORK / Weighting: 25
Quality criterion - Name: DELIVERY TEAM / Weighting: 15
Quality criterion - Name: CONTRACT MANAGEMENT AND KPIS / Weighting: 15
Quality criterion - Name: THE ENVIRONMENT AND SUSTAINABILITY / Weighting: 15
Quality criterion - Name: QUALITY ASSURANCE / Weighting: 10
Quality criterion - Name: COMMUNITY BENEFITS / Weighting: 10
Quality criterion - Name: FAIR WORK PRACTICES / Weighting: 5
Quality criterion - Name: BUSINESS CONTINIUTY / Weighting: 5
Price - Weighting: 70
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-032459
Section five. Award of contract
Lot No
1
Title
Specialist Paper
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 February 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other 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
five.2.3) Name and address of the contractor
Clyde Paper & Print
71 Craigton Road
Glasgow
G51 3RB
Telephone
+44 1414451199
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Antalis Packaging Limited
Royston Road, Deans Industrial Estate
Livingston
EH54 8AL
Telephone
+44 3706073108
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Premier Paper Group Limited
Units A-C Ashley Drive, Bothwell
Glasgow
G718BS
Telephone
+44 1698813245
Country
United Kingdom
NUTS code
- UKM95 - South Lanarkshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £315,000
Total value of the contract/lot: £142,340
Section five. Award of contract
Lot No
2
Title
Wide Format Materials
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 February 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Antalis Packaging Limited
Royston Road, Deans Industrial Estate
Livingston
EH54 8AL
Telephone
+44 3706073108
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Premier Paper Group Limited
Units A-C Ashley Drive, Bothwell
Glasgow
G718BS
Telephone
+44 1698813245
Country
United Kingdom
NUTS code
- UKM95 - South Lanarkshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £105,279
Total value of the contract/lot: £58,228
Section six. Complementary information
six.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.
(SC Ref:758662)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff House, 27 Chambers Street
EDINBURGH
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service 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.