Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Annie Nettleton
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
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
Print, Distribution and Managed Service of Garden Waste Permits
Reference number
PKC11872
two.1.2) Main CPV code
- 30192800 - Self-adhesive labels
two.1.3) Type of contract
Supplies
two.1.4) Short description
Perth & Kinross Council are looking for a print, distribution and managed service of garden waste permits.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30192800 - Self-adhesive labels
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
two.2.4) Description of the procurement
Perth & Kinross Council are looking for a print, distribution and managed service of garden waste permits.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 November 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the option of extending the Contract (either singly or in phases) for a further period of up to 3 years after the expiry of the term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 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
Economic and Financial Standing
4B.4 Bidders will be required to state the values for the following for the last two financial years:
1. Current Ratio (Current Assets divided by Current Liabilities)
2. Net Assets (Net Worth) (value per the Balance Sheet)
4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract, the following types of insurance:
Professional Indemnity Insurance
Employers Liability Insurance
Public Liability Insurance
Minimum level(s) of standards possibly required
4B.4 Financial Ratios
The acceptable range is:
1.Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
4B.5.1 Level of Insurance
Professional Indemnity Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event.
Employers Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.
Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 Bidders will be required to provide examples of previous contracts delivered.
4C.10 Bidders will be required to confirm whether they intend to subcontract
4D.1 Quality Management Procedures
4D.1 Health & Safety Procedures
4D.2 Environmental Management
Minimum level(s) of standards possibly required
4C1.2 Bidders will be required to provide examples of works carried out in the past three years that demonstrate that they have the relevant experience to deliver the service. The examples (minimum of 3, maximum of 5) should demonstrate that the tenderer has experience of carrying out similar services to those required for this contract including; provision of labels for outdoor use and provision of a managed service.
4C.10 Bidders to confirm what proportion of the contract will be sub-contracted.
4D.1 Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 9 of the Instructions for Tenderers document.
HEALTH AND SAFETY PROCEDURES
1. The bidder must 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.
OR,
2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 9 of the Instructions for Tenderers document.
4d.2 ENVIRONMENTAL MANAGEMENT
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. The bidder must be able to provide documented evidence of their Environmental Management policies and procedures as detailed in section 9 of the Instructions for Tenderers document.
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
24 October 2022
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 October 2022
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: 48 months
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 22433. 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:
Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.
Perth & Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.
To find information about current community requirements in the Perth and Kinross Council area please look at our website.
Based on estimated spend of this contract any successful supplier will be required to meet a minimum number of Community Benefits points (please see the Instructions for Tenderers document for further information on the spend thresholds). If you are successful in the award of this contract and meet the minimum Annual Spend Threshold you will be required to communicate with the Council’s designated person to finalise the benefits that you are offering.
Perth & Kinross Council will calculate which Annual Spend Thresholds have been met. Suppliers must report delivered Community Benefits to PKC’s designated person on a annual basis.
(SC Ref:707609)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
County Building, Tay Street
Perth
PH2 8NL
Country
United Kingdom