Award

Print, Distribution and Managed Service of Garden Waste Permits

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Award

06 Dec 2022 at 16:48

Tender

22 Sep 2022 at 15:07

Summary of the contracting process

The Perth & Kinross Council issued a procurement tender for the Print, Distribution, and Managed Service of Garden Waste Permits. The process concluded with an award to PermiServ Ltd. This tender falls under the goods category and was conducted using an open procedure. The contract value is £192,400 GBP, and it was signed on 5th December 2022. The location of the project is in Perth, UK (region: UKM77).

This procurement opportunity by Perth & Kinross Council offers business growth potential for companies specializing in print, distribution, and managed services related to self-adhesive labels. The award criteria included quality (60%) and price (40%) factors. Businesses with experience in providing such services, especially SMEs, are well-suited to compete. The contract allows for business expansion and collaborations, offering a chance to enhance community benefits within the Perth and Kinross Council area.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Print, Distribution and Managed Service of Garden Waste Permits

Notice Description

Perth & Kinross Council are looking for a print, distribution and managed service of garden waste permits.

Lot Information

Lot 1

Perth & Kinross Council are looking for a print, distribution and managed service of garden waste permits. Additional information: The total estimated contract value includes extension options.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-036aa7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034558-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages


CPV Codes

30192800 - Self-adhesive labels

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£192,400 £100K-£500K

Notice Dates

Publication Date
6 Dec 20223 years ago
Submission Deadline
24 Oct 2022Expired
Future Notice Date
Not specified
Award Date
5 Dec 20223 years ago
Contract Period
22 Nov 2022 - 31 Mar 2025 2-3 years
Recurrence
48 months

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PERTH
Postcode
PH1 5PH
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Perth and Kinross
Electoral Ward
Perth City Centre
Westminster Constituency
Perth and Kinross-shire

Supplier Information

Number of Suppliers
1
Supplier Name

PERMISERV

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-036aa7-2022-12-06T16:48:45Z",
    "date": "2022-12-06T16:48:45Z",
    "ocid": "ocds-h6vhtk-036aa7",
    "description": "(SC Ref:715643)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC11872",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Print, Distribution and Managed Service of Garden Waste Permits",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "30192800",
            "description": "Self-adhesive labels"
        },
        "mainProcurementCategory": "goods",
        "description": "Perth & Kinross Council are looking for a print, distribution and managed service of garden waste permits.",
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Perth & Kinross Council are looking for a print, distribution and managed service of garden waste permits. Additional information: The total estimated contract value includes extension options.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-11-22T00:00:00Z",
                    "endDate": "2025-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30192800",
                        "description": "Self-adhesive labels"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-10-24T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2022-10-24T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-10-24T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "48 months"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1263",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Annie Nettleton",
                "telephone": "+44 1738475000",
                "email": "ANettleton@pkc.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-61243",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "County Building, Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-70193",
            "name": "PermiServ Ltd",
            "identifier": {
                "legalName": "PermiServ Ltd"
            },
            "address": {
                "streetAddress": "Vincent's Yard, 23 Alphabet Mews",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SW9 0FN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2075829579"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000707609"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "034558-2022-PKC11872-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-70193",
                    "name": "PermiServ Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "034558-2022-PKC11872-1",
            "awardID": "034558-2022-PKC11872-1",
            "status": "active",
            "value": {
                "amount": 192400,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}