Scottish Parliament Tender for Headed Stationery Products
The Scottish Parliamentary Corporate Body requires a Contractor to provide a range of headed stationery products to support the operation of the Scottish Parliament.
United Kingdom-Edinburgh: Printing and delivery services
2017/S 026-045360
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
United Kingdom
Telephone: +44 1313486620
E-mail: procurement@parliament.scot
NUTS code: UKM25
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Headed Stationery and Fulfilment Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Parliamentary Corporate Body (SPCB) requires a Contractor to provide a range of headed stationery products to support the operation of the Scottish Parliament at Holyrood and to Members of the Scottish Parliament (MSPs) in their Local Constituency Offices across Scotland. The Contractor must have experience in all of the following areas: provision of headed stationery, provision of an online ordering system, mail fulfilment services, management and security of pre paid envelopes.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Scottish Parliamentary Corporate Body (SPCB) requires a Contractor to provide a range of headed stationery products to support the operation of the Scottish Parliament at Holyrood and to Members of the Scottish Parliament (MSPs) in their Local Constituency Offices across Scotland. The Contractor must have experience in all of the following areas: provision of headed stationery, provision of an online ordering system, mail fulfilment services, management and security of pre paid envelopes.
This requirement has not been split into lots due to the additional complexities created by having to manage multiple contractors for the various services required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract duration may be extended up to 24 months at the SPCB’s sole discretion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
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 (Scotland) Regulation 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
With reference to ESPD question 2A.16.5 — a response to this is not required.
With reference to ESPD question 4A.1 — if required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
With reference to ESPD question 4C.1.2 — Bidders will be required to provide examples to clearly demonstrate their experience of delivering all of the following services: Headed Stationery, mail fulfilment, provision of an online ordering system, management and security of pre-paid envelopes. Please note that when demonstrating experience of delivering these services, the response can be spread across any number of examples. It is not a requirement to demonstrate all of the services within one example. A simple assertion will not be acceptable as evidence. Any submission that does not demonstrate experience in delivering all of the services will be regarded as a fail and the bid will not be considered any further.
III.1.2)Economic and financial standing
The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Tenderers should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 30 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
With reference to ESPD questions 4B.5.1 and 4B.5.2 — it is a requirement 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:
Employers’ (Compulsory) Liability Insurance of 5 000 000 GBP.
Professional Indemnity Insurance of 1 000 000 GBP.
III.1.3)Technical and professional ability
With reference to ESPD question 4C.1.2 — Bidders will be required to provide examples to clearly demonstrate their experience of delivering all of the following services: Headed Stationery, mail fulfilment, provision of an online ordering system, management and security of pre-paid envelopes. Please note that when demonstrating experience of delivering these services, the response can be spread across any number of examples. It is not a requirement to demonstrate all of the services within 1 example. A simple assertion will not be acceptable as evidence. Any submission that does not demonstrate experience in delivering all of the services will be regarded as a fail and the bid will not be considered any further.
With reference to 4C.4 bidders must demonstrate that they have relevant supply chain management and/or tracking systems to ensure that all paper products are obtained from sustainable sources. This questions is not weighed but will be evaluated on a pass/fail basis.
With reference to 4D.2.1 bidders will be required to demonstrate that they have an appropriate environmental management system in place. This questions is not weighed but will be evaluated on a pass/fail basis.
Section IV: Procedure
IV.1.1)Type of procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
January 2022.
VI.2)Information about electronic workflows
VI.3)Additional information:
With reference to ESPD questions 2A.17 and 2C — please ensure that all participants provide a separate ESPD.
With respect to ESPD Part III (Exclusion Grounds) — bidders may be excluded from this competition if it is in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The SPCB does not commit to letting a contract for all or any part of the requirement listed should it become evident that it is not economically viable to do so.
The SPCB will not be liable for any costs incurred by those expressing an interest in or tendering for this contract.
The SPCB provides no guarantee to the volume or value of business that will be procured from the contract throughout its term.
Any contract awarded shall be governed and construed in accordance with the laws of Scotland and both parties submit to the exclusive jurisdiction of the Scottish Courts.
The SPCB uses the In-tend e-procurement system for managing its tender process, not PCS-Tender. Guidance is available in the e-procurement system but additional help can be obtained by calling Procurement on 0131 348 6620
Bidders are advised to allow adequate time for the uploading and submission of response to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause in this contract.
This procurement exercise is an ‘Open Procedure’. Although the ESPD document is attached to this Contract Notice, you must obtain all tender documentation for this requirement which are currently available via the e-procurement system. Bidders should go to the ‘current tenders’ tab on the e-procurement website https://in-tendhost.co.uk/scottishparliament/aspx/Home to obtain the documents, submit any correspondence and to submit its bid.
(SC Ref:478849)
Download the ESPD document here:http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=478849
VI.4.1)Review body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
United Kingdom
Telephone: +44 1313486620Internet address:http://www.parliament.scot
VI.5)Date of dispatch of this notice:
Related Posts
Nottingham City Council Print Services Framework Agreement
Tender for Stationery and General Printing Requirements
Tender for Printing and Production Services
Supply of Electoral Printed Stationery