Notice Information
Notice Title
Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services
Notice Description
Dunbartonshire and Argyll & Bute Valuation Joint Board(VJB) invited tenders for their requirement: The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. The printing and mailing of various other Letters and Forms including canvass forms and Invitations to Register (ITRs) to be issued in varying numbers/frequencies throughout the year as part of the canvass, rolling registration and other statutory duties of the Assessor & Electoral Registration Office
Lot Information
Lot 1
The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. Printing and mailing of various other Letters and Forms.The Provision of Transactional Print and Mailing Services for the Rolling Registration of Individuals (Electoral Registration) in Argyll and Bute, East Dunbartonshire and West Dunbartonshire Council areas Contract duration shall be 24 months with a provision for a possible 1 x 12 month extension and subject to the sole discretion of the Council.
Renewal: Duration includes up to 1 x 12 month extension at discretion of Council. Therefore 2 years +1 X 12 month ext.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000605672
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386717
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
64 - Postal and telecommunications services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
64112000 - Postal services related to letters
79810000 - Printing services
79823000 - Printing and delivery services
79824000 - Printing and distribution services
Notice Value(s)
- Tender Value
- £360,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £291,879 £100K-£500K
Notice Dates
- Publication Date
- 14 May 20205 years ago
- Submission Deadline
- 9 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Apr 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2-3 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Alex Grace
- Contact Email
- alex.grace@west-dunbarton.gov.uk, rebecca.hall@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000, +44 1389737828
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374037
Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services - Dunbartonshire and Argyll & Bute Valuation Joint Board(VJB) invites tenders for their requirement: The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. The printing and mailing of various other Letters and Forms including canvass forms and Invitations to Register (ITRs) to be issued in varying numbers/frequencies throughout the year as part of the canvass, rolling registration and other statutory duties of the Assessor & Electoral Registration Office -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386717
Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services - Dunbartonshire and Argyll & Bute Valuation Joint Board(VJB) invited tenders for their requirement: The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. The printing and mailing of various other Letters and Forms including canvass forms and Invitations to Register (ITRs) to be issued in varying numbers/frequencies throughout the year as part of the canvass, rolling registration and other statutory duties of the Assessor & Electoral Registration Office
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000605672-2020-05-14T00:00:00Z",
"date": "2020-05-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000605672",
"initiationType": "tender",
"parties": [
{
"id": "org-82",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "rebecca.hall@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-59",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"name": "Alex Grace",
"email": "alex.grace@west-dunbarton.gov.uk",
"telephone": "+44 1389737828",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-142",
"name": "CFH Docmail",
"identifier": {
"legalName": "CFH Docmail"
},
"address": {
"streetAddress": "Starlaw Business Park",
"locality": "Livingston",
"region": "UK",
"postalCode": "EH54 8SF"
},
"contactPoint": {
"telephone": "+44 1506462468"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-61",
"name": "Dumbarton Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House Church Street",
"locality": "Dumbarton",
"postalCode": "G82 1QR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-59"
},
"tender": {
"id": "PCS-T Project_14834",
"title": "Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services",
"description": "Dunbartonshire and Argyll & Bute Valuation Joint Board(VJB) invited tenders for their requirement: The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. The printing and mailing of various other Letters and Forms including canvass forms and Invitations to Register (ITRs) to be issued in varying numbers/frequencies throughout the year as part of the canvass, rolling registration and other statutory duties of the Assessor & Electoral Registration Office",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "64112000",
"scheme": "CPV"
},
{
"id": "79824000",
"scheme": "CPV"
},
{
"id": "79810000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 360000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-01-09T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-01-09T12:00:00Z"
},
"documents": [
{
"id": "DEC374037",
"documentType": "contractNotice",
"title": "Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services",
"description": "Dunbartonshire and Argyll & Bute Valuation Joint Board(VJB) invites tenders for their requirement: The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. The printing and mailing of various other Letters and Forms including canvass forms and Invitations to Register (ITRs) to be issued in varying numbers/frequencies throughout the year as part of the canvass, rolling registration and other statutory duties of the Assessor & Electoral Registration Office",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374037",
"format": "text/html"
},
{
"id": "MAY386717",
"documentType": "awardNotice",
"title": "Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services",
"description": "Dunbartonshire and Argyll & Bute Valuation Joint Board(VJB) invited tenders for their requirement: The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. The printing and mailing of various other Letters and Forms including canvass forms and Invitations to Register (ITRs) to be issued in varying numbers/frequencies throughout the year as part of the canvass, rolling registration and other statutory duties of the Assessor & Electoral Registration Office",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386717",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The printing and mailing of 2 types of canvass forms in two tranches, i.e. initial issue and first reminder, followed by the printing of second reminders and their delivery to VJB offices. Printing and mailing of various other Letters and Forms.The Provision of Transactional Print and Mailing Services for the Rolling Registration of Individuals (Electoral Registration) in Argyll and Bute, East Dunbartonshire and West Dunbartonshire Council areas Contract duration shall be 24 months with a provision for a possible 1 x 12 month extension and subject to the sole discretion of the Council.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "IT Security",
"description": "10"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Duration includes up to 1 x 12 month extension at discretion of Council. Therefore 2 years +1 X 12 month ext."
}
}
],
"bidOpening": {
"date": "2020-01-09T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "A set of Key Performance Indicators (KPI's) will be used to manage the contracts and monitor performance. These are detailed below as a minimum. Additional KPI's may be agreed at pre-contract start meeting or at any time during the contract period: - Lead/Delivery Times - Innovation/Improvements - Social/Community Benefits - Invoice Accuracy - Cost Reduction Initiatives - Communication - Responsiveness - Management Information"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "ESPD Question 4B.1.1 - The bidder should provide its yearly annual turnover for the number of financial years specified in this contract notice. ESPD Question 4B.2 - In case the information concerning turnover is not available for the entire period required, please state the date on which the bidder was set up or started trading. ESPD Questions 4B.5.1 and 4B.5.2 - The bidder confirms they already have or can obtain, prior to the commencement of the contract, the levels of insurance cover indicated in this contract notice.",
"minimum": "4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.120,000 GBP, therefore a turnover of 240,000 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of bidder fail, then the tender submission may be rejected. Insurance It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: 4B.5.1 -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 listed below. - Employers Liability Insurance - 5 million GBP each and every claim http://www.hse.gov.uk/pubns/hse40.pdf Q4B5.2 - Public and Product Liability Insurance - 5 million GBP each and every claim - Professional Indemnity Insurance - 2 million GBP each and every claim Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies."
},
{
"type": "technical",
"description": "ESPD Question 4C.1.2 - Please provide relevant examples of services carried out during the last three years as specified in this contract notice. ESPD Question 4C.10 - Please provide details of the proportion (ie percentage) of the contract that you intend to subcontract. ESPD Question 4D.1 - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards. ESPD Question 4D.1.1 - If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided.",
"minimum": "These questions will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Council's requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes). ESPD Question 4C.1.2 - Bidders are required to provide 2 satisfactory examples within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, bidders should ensure that companies listed would be willing to discuss the bidders performance with the Council. ESPD Question 4C.10 -Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. If you intend to subcontract any share of the contract to third parties on whose capacity you rely on to satisfy the selection criteria you must secure that each subcontractor completes a separate ESPD (Scotland) response for all parts of the ESPD (Scotland) Qualification ESPD Question Q4D.1 Mandatory Pass/Fail Question - 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. A Quality Management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "79823000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2-3 years"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "It is a requirement of this tender to comply with West Dunbartonshire Councils Conditions of Contract and Specification as detailed within the associated PCS-T project, failure to comply with these may result in the Tender Submission not being considered further. Bidders must meet any health and safety requirements placed upon you by law. The document entitled \"Supplier Certificates & additional Selection Criteria\" are all found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. 1. WD04 Parent Company Guarantee (Only if Required) 2. WD05 Non Collusion Certificate 3. WD06 Health & Safety Questionnaire Reform (Only if Required) 4. WD07 Certificate of Non-Canvassing 5. WD08 FOI Declaration 6. WD09 WDC Financial Vetting Questionnaire 7. WD15 Police Scotland Checks The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland bidders are will be required to confirm acceptance to sharing company director's details at preferred bidder's status Minimum requirements to pass the qualification envelope, exclusion & selection criteria. Discretionary Scored Questions-Shortlisting Qualification Envelope Questions. These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Technical Envelope: The Technical Envelope contains several elements that will be required to be completed by Bidders in order to be scored. The associated weighting for this overall section is 40%. Bidders will also be asked to complete some questions with regards to work force matters, please note that these questions will not form part of the award criteria. The Bidder shall in no circumstances assign, sub-contract or purport to assign or sub-contract this Contract or any part thereof to any person or body whatsoever other than with the prior written approval of the Council. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:621542)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000605672"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000605672"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PCS-T Project_14834-1",
"suppliers": [
{
"id": "org-142",
"name": "CFH Docmail"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PCS-T Project_14834-1",
"awardID": "PCS-T Project_14834-1",
"status": "active",
"value": {
"amount": 291879,
"currency": "GBP"
},
"dateSigned": "2020-04-28T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 235-575984"
}
],
"bids": {
"statistics": [
{
"id": "263",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "264",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "265",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "266",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "267",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}