Print & Associated Services 2023

A Tender Notice
by SCOTTISH GOVERNMENT

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£-£32M
Sector
BUSINESS
Published
30 Sep 2022
Delivery
To 13 Oct 2026 (est.)
Deadline
03 Nov 2022 12:00

Concepts

Location

Scotland:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Scottish Procurement and Property Directorate (SPPD) is the organisation tasked with procuring frameworks and contracts on behalf of Scottish public sector bodies. The Print & Associated Services Framework Agreement will be Multi Supplier and Multi Lot. The Authority requirement is divided into three (3) distinct Lots: Lot 1 - Litho / Digital / Web Printing Services Lot 2 - Specimen Bags Lot 3 - Special Labels The framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, , bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.

Lot Division

1 Litho / Digital / Web Printing Services

Lot 1 is for the provision of Litho / Digital / Web Printing Services. It is envisaged that we will appoint 12 suppliers. Suppliers must have the capability and experience to be able to provide, either directly or indirectly, the full range of services detailed within the Statement of Requirement Schedule 1 and 1A.

Award Criteria
Quality 60
price 40
2 Specimen Bags

Lot 2 is for the provision of Specimen Bags. It is envisaged that we will appoint 3 suppliers. Suppliers must have the capability and experience to be able to provide, either directly or indirectly, the full range of Specimen Bags listed and associated service provision described within the Statement of Requirement Schedule 1 and 1A.

Award Criteria
Quality 50
price 50
3 Special Labels

Lot 3 is for the provision of Special Labels. It is envisaged that we will appoint 3 suppliers. Suppliers must have the capability and experience to be able to provide, either directly or indirectly, the full range of Specimen Bags listed and associated service provision described within the Statement of Requirement Schedule 1 and 1A.

Award Criteria
Quality 50
price 50

CPV Codes

  • 79800000 - Printing and related services
  • 22000000 - Printed matter and related products
  • 22100000 - Printed books, brochures and leaflets
  • 22310000 - Postcards
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 22820000 - Forms
  • 30192800 - Self-adhesive labels
  • 30199761 - Bar-coded labels
  • 30199700 - Printed stationery except forms
  • 79520000 - Reprographic services
  • 79810000 - Printing services
  • 79821000 - Print finishing services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 79933000 - Design support services
  • 79971000 - Bookbinding and finishing services
  • 22458000 - Bespoke printed matter

Indicators

  • This is a recurring contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about agencies of the Scottish Ministers ,Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group. https://www.gov.scot/publications/public-procurement-governance/ ** PREVIEW NOTICE, please check Find a Tender for full details. ** Tenderers may bid for all Lots. In the event of a tie, the Authority reserves the right to appoint additional compliant Tenderers. Award criteria questions can be found in the ITT together with weightings. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Sco) Regs 2015. Tenderers must confirm that they will pay staff that are involved in the delivery of services under the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Tenderers who fail to answer “Yes” to this question will not have their tender considered further. SPD Q2A-16.1 – Bidders for Lot 3 must hold, or provide an undertaking prior to commencement of the Framework, ICCBBA accreditation. Bidders who cannot commit prior to award will be excluded from consideration for this Lot. Prior to award, SG will seek proof that this requirement has been fully complied with. SPD Q4.C.4 - Tenderers must state whether they intend, or do not intend, to use a supply chain to deliver the requirements detailed in the ITT. If Tenderers intend to use a supply chain to deliver the requirements, they should provide evidence in the SPD that they have the relevant supply chain management and tracking systems in place to ensure a resilient and sustainable supply chain. This will include confirmation that the Tenderer has the systems in place to pay subcontractors through the supply chain promptly and effectively, including evidence of: a) their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm and evidence (b) they must provide an improvement plan, signed by their Director, which commits to improvements in the payment performance. Acceptable evidence includes but is not limited to: - Extract of the Tenderer’s terms & conditions detailing standard payment terms; - A summarised accounts payable report showing payment on time performance; - Payment Performance Statement Signed by External Auditor; - Credit Score/Credit Report; or - An improvement plan, signed by a Director, which commits to improvements in payment performance. Improvement plan template and further evidence examples are held within the Supplier Journey. Where a Tenderer does not intend to use a supply chain to deliver the requirements detailed in the ITT, they should clearly state this in response to Q4.C.4. Responses to Q4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered further. If you are an SME or 3rd sector organisation interested in working with the public sector, the Supplier Development Programme can help. Attached is a link to the Supplier Development Programme:https://www.sdpscotland.co.uk/?utm_source=pcs&utm_medium=frontpage&utm_content=march16&utm_campaign=SDP03 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22066. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Further additional information will follow NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=702718. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Sub-contracting opportunities will be limited for these Services. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Please see attachment within ITT documentation in PCS-T. (SC Ref:702718)

Reference

Domains