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.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
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.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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: 5
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: 2022/S 000-027560
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 December 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 December 2023
Local time
12:00pm
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
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)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff House, 27 Chambers Street
EDINBURGH
EH1 1LB
Country
United Kingdom