Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Corporate Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
Daniel ODonnell
daniel.odonnell@inverlcuyde.gov.uk
Telephone
+44 1475712364
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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 a Printing, Binding, Enveloping, Mailing & e-Billing Service
Reference number
CP0588/FIN
two.1.2) Main CPV code
- 79571000 - Mailing services
two.1.3) Type of contract
Services
two.1.4) Short description
Open Tender Procedure for the Provision of a Printing, Binding, Enveloping, Mailing & e-Billing Service for Inverclyde Council.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79571000 - Mailing services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Inverclyde
two.2.4) Description of the procurement
Inverclyde Council is seeking a high-quality provider of Printing, Binding, Enveloping, Mailing, and e-Billing services. The appointed contractor will be required to supply and deliver a wide range of services, from single to full-colour print, with various finishing options. Suppliers must be capable of meeting tight deadlines, delivering to multiple locations across the Council area, and liaising with a range of internal departments.
two.2.5) Award criteria
Quality criterion - Name: Contract Mobilisation and Management / Weighting: 20
Quality criterion - Name: Data Security and Compliance / Weighting: 4
Quality criterion - Name: Innovation, Added Value, and Cost Efficiency / Weighting: 4
Quality criterion - Name: Sustainability and Environmental Impact / Weighting: 3
Quality criterion - Name: Business Continuity and Risk Management / Weighting: 3
Quality criterion - Name: Fair Work First (Fair Working Practices) / Weighting: 3
Quality criterion - Name: Social Value / Weighting: 3
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2027
This contract is subject to renewal
Yes
Description of renewals
The period of the contract shall be 1st September 2025 - 31st August 2027, with option to extend until 31st August 2028 with a further option to extend until 31st August 2029
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
Please refer to Tender Documents
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
4B 1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3 or less, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years.
OR
b) Where the tenderers Dun & Bradstreet risk indicator is 2 or less, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years.
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder
For the avoidance of doubt, the annual contract value is 140k GBP for the purposes of this financial assessment.
Minimum level(s) of standards possibly required
4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
(a)Public Liability with a minimum indemnity limit of two million pounds Sterling (2,000,000 GBP) for each claim including loss of data, breach of confidence & misuse of data.
(b)Professional Indemnity with a minimum indemnity limit of one million pounds Sterling (1,000,000 GBP) for each and every claim.
(c)Employers Liability with a minimum indemnity limit of five million pounds Sterling (5,000,000 GBP) for each and every claim; and
Note: For consortium bids each member will be required to hold the above insurances
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C 1.2 Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver a Printing, Binding, Enveloping, Mailing and e-Billing Service in the past 3 years. Examples must demonstrate you have experience of delivering a contract of a similar size and nature that can be transferrable into the context of this contract opportunity. (Examples from both public and/or private sector customers and clients may be provided).
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
5 May 2025
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: 21 October 2025
four.2.7) Conditions for opening of tenders
Date
5 May 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The contract period is - 1st September 2025 - 31st August 2027, with option to extend until 31st August 2028 with a further option to extend until 31st August 2029. If both extension options are utilised then Inverclyde Councils timescale for retender will be estimated around May 2029.
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
SPD 4D - QUALITY MANAGEMENT PROCEDURES
If the bidder does not hold UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information".
SPD 4D - HEALTH AND SAFETY PROCEDURES
If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information".
SPD 4D.2 ENVIRONMENTAL MANAGEMENT PROCEDURES
If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information".
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28788. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
Social Values form part of the technical evaluation criteria. 20 Social Value Points would be the Councils expectation for this contract. It will be a contractual requirement that the successful tenderer deliver the Social Values offered during the contract period
(SC Ref:793628)
six.4) Procedures for review
six.4.1) Review body
Greenock Sherriff Court
Sheriff Court House, 1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom