Award

Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services

WEST DUNBARTONSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

14 May 2020 at 00:00

Tender

02 Dec 2019 at 00:00

Summary of the contracting process

The West Dunbartonshire Council is seeking tenders for "Dunbartonshire & Argyll & Bute Valuation Joint Board - Print and Mail services", falling under the services industry category. This tender process is currently at the Award stage, following a complete tender period that ended on 9 January 2020, with the contract having started on 28 April 2020. The contract, valued at approximately £291,879, pertains to the printing and mailing of canvass forms and various other letters required for electoral registration. The services are to be provided within the UKM81 region.

This opportunity presents potential growth avenues for businesses specialising in print and mail services, particularly those that operate within the public sector. Companies with experience in high-volume transactional printing, mailing services or those capable of handling community benefits through procurement will find this contract particularly relevant. Given that the contract may extend for an additional year based on performance, businesses can look forward to longer-term engagement if successful in the tender process.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

CFH DOCMAIL

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

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-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"
            }
        ]
    }
}