Scottish Government Print and Associated Services Framework
The Print and Associated Services Framework Agreement will be multi supplier and multi Lot.
United Kingdom-Edinburgh: Printing and related services
2018/S 212-485862
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Contact person: Neil MacTavish
Telephone: +44 1412425589
E-mail: neil.mactavish@gov.scot
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Print and Associated Services 2019
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Print and 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 Printing Services,
— Lot 2: Specimen Bags,
— Lot 3: Special Labels.
To access PCS-Tender, record your interest in this notice and access Tender documentation please visit http//www.publictenderscotland.publiccontractsscotland.gov.uk search for Project Code 10264 under ITTs open to all suppliers.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Litho/Digital Printing Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 is for the provision of Litho/Digital Printing Services. 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 Scotland Office,
— the Scottish Parliamentary Corporate Body,
— councils constituted under section 2 of the Local Government, etc. (Scotland) Act 1994,
— Scottish Fire and Rescue Service,
— the Scottish Police Authority,
— Scottish health boards or special health boards,
— all NHS Scotland,
— the Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014,
— bodies registered as social landlords under the Housing (Scotland) Act 2001,
— Student Loans Company Ltd,
— the Forestry Commission,
— the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board,
— 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. 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 Scottish Public Bodies is available at:
http://www.gov.scot/Topics/Government/public-bodies/about
Scottish Non-Departmental Public Bodies are listed at:
http://www.gov.scot/Topics/Government/public-bodies/about/Bodies
Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Special Labels
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 is for the provision of 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 Scotland Office,
— the Scottish Parliamentary Corporate Body,
— Councils constituted under section 2 of the Local Government, etc. (Scotland) Act 1994,
— Scottish Fire and Rescue Service,
— the Scottish Police Authority,
— Scottish health boards or special health boards,
— all NHS Scotland,
— the Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014,
— bodies registered as social landlords under the Housing (Scotland) Act 2001,
— Student Loans Company Ltd,
— the Forestry Commission,
— the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board,
— 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. 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 Scottish Public Bodies is available at:
http://www.gov.scot/Topics/Government/public-bodies/about
Scottish Non-Departmental Public Bodies are listed at:
http://www.gov.scot/Topics/Government/public-bodies/about/Bodies
Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specimen Bags
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 is for the provision of Specimen Bags. 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 Scotland Office,
— the Scottish Parliamentary Corporate Body,
— Councils constituted under section 2 of the Local Government, etc. (Scotland) Act 1994,
— Scottish Fire and Rescue Service,
— the Scottish Police Authority,
— Scottish health boards or special health boards,
— all NHS Scotland,
— the Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014,
— bodies registered as social landlords under the Housing (Scotland) Act 2001,
— Student Loans Company Ltd,
— the Forestry Commission,
— the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board,
— 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. 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 Scottish Public Bodies is available at:
http://www.gov.scot/Topics/Government/public-bodies/about
Scottish Non-Departmental Public Bodies are listed at:
http://www.gov.scot/Topics/Government/public-bodies/about/Bodies
Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
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:
— employer’s (compulsory) liability insurance = 1 000 000 GBP,
— public liability insurance = 1 000 000 GBP per incident,
— professional indemnity insurance = 1 000 000 GBP per incident.
III.1.3)Technical and professional ability
In respect of Lot 3 (Special Labels), Bidders must provide printed bar codes which meet the standards stipulated by the ICCBBA. In addition, bidders must work to the standards for medical labels in accordance with the ICCBBA and Medicines and Healthcare Products Regulatory Agency (MHRA).
Bidders must be, or provide an undertaking prior to commencement of the Framework Agreement, to be, ICCBBA accredited. Bidders who cannot commit will be excluded from further consideration for this lot.
ICCBBA stands for International Council for Commonality in Blood Banking Automation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Within 4 years
VI.2)Information about electronic workflows
VI.3)Additional information:
1) Full details of award criteria and the weightings and scoring can be found in the Invitation to Tender;
2) 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;
3) ESPD (Sco)- Section 2: Sub-Contractors who are not being relied upon to meet Selection Criteria — A separate ESPD (Sco) will not be required at this Stage;
4) In respect of ESPD (Sco) Question 4B.5.1 and 4B.5.2, it is a requirement of the Framework Agreement that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded framework the types and levels of insurance indicated below:
— public liability insurance in the sum of not less than 1 000 000 GBP;
— professional indemnity insurance in the sum of not less than 1 000 000 GBP,
— employer’s liability insurance in accordance with any legal obligation for the time being in force bidders who do not currently have or cannot commit to obtaining the levels of insurance requested may be excluded from the procurement process. In event of award of a framework, Scottish Government will seek proof that these Insurance provisions have been fully complied with.
5) In respect of ESPD (Sco) Question 2A-16.1, it is a requirement of Bidders for Lot 3 (Special Labels) to hold, or provide an undertaking prior to commencement of the Framework Agreement, ICCBA accreditation. Bidders who cannot commit to gaining the accreditation, prior to award of framework will be excluded from consideration for this lot. Prior to award of the framework, Scottish Government will seek proof that this accreditation requirements have been fully complied with;
6) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10264. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
7) A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
8) To the extent it has not already done so the contractor shall support and shall ensure that it’s supply chain also support the Scottish Government’s Community benefits initiative. The relevant statutory guidance can be found at the links below for further information:
Guidance under the Procurement Reform (Scotland) Act 2014
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
If you’re 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:
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=539779.
(SC Ref:539779)
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=557286.
(SC Ref:557286)
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=562788.
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Note to suppliers — the Scottish Government is persuaded by evidence which shows that the delivery of high quality public services is critically dependent on a workforce that is well-motivated, well-led and has appropriate opportunities for training and skills development. These factors are also important for workforce recruitment and retention, and thus continuity of service.
The Scottish Government itself has adopted workforce policies to meet these requirements. These policies include:
— a fair and equal pay policy that includes a commitment to supporting the real living wage for the duration of the framework including for example being a living wage accredited employer,
— fair employment practices,
— clear managerial responsibility to nurture talent and help individuals fulfil their potential including for example a commitment to modern apprenticeships,
— promoting equality of opportunity and developing a workforce through our equality and diversity at work policy, which reflects characteristics such as age, gender, religion or belief, race, sexual orientation and disability,
— a wide range of staff training and development opportunities,
— stability of employment and hours of work, and avoiding exploitative employment practices, including for example, no inappropriate use of zero hour contracts or other forms of demand driven contacts,
— flexible working (including for example, practices such as flexi-time and career breaks) and support for family friendly working and wider work life balance,
— offering a range of employee assistance schemes,
— code of Conduct for employees and a respect at work policy and
— supporting progressive workforce engagement and encouraging trade union recognition through our trade union recognition agreements to give staff an effective voice.
In order to ensure the highest standards of service quality in this framework, we expect the Contractor’s staff who interact with our own to take a similarly positive approach to workforce-related matters as part of a fair and equitable employment and reward package.
The authority will monitor progress of the Contractor’s approach to workforce related matters throughout the period of the contract. The Contractor is required to encourage a positive approach to work-force related matters by their sub-contractors and to monitor and report progress back to the authority.
(SC Ref:562788)
VI.4.1)Review body
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312447556Internet address: http://www.scotland.gov.uk
VI.5)Date of dispatch of this notice: