
Market Leads & Opportunities
United Kingdom-Paisley: Educational equipment
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 073-138898/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Scotland Excel
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1AR
Country: United Kingdom
Telephone: +44 3003001200
Email: education@scotland-excel.org.uk
Fax: +44 1416187423
Nuts code: UKM
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of Education Materials.
Reference number: 09-16
II.1.2) Main CPV code: 39162000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This framework agreement will be used by nursery, primary and secondary schools in Scotland. The range of goods purchased include:
General Education Materials;
Arts and Crafts Materials;
Board, Paper and Card;
Exercise Books;
Early Learning Materials
Bespoke Homework Diaries;
Musical Instruments;
Scientific Equipment; and
Sports Equipment.
The framework is for an initial 24 months with the option to extend for up to two 12 month periods.
II.1.5) Estimated total value:
Value excluding VAT: 70000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: General Education Materials
Lot No:1
II.2.2) Additional CPV code(s)
37524100, 39162000, 22111000, 37823500, 37823600, 37400000, 30197600, 30197620, 37420000, 37421000, 37450000, 37451200, 37451700, 37452000, 37452700, 37452900, 37461500, 37800000, 37820000, 39162100, 39162110
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Supply and delivery of a range of education materials including Arts and Crafts, Board Card and Paper, Early Learning Materials and Sports Equipment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Arts and Crafts Materials
Lot No:2
II.2.2) Additional CPV code(s)
39162000, 37000000, 44812000, 44812300, 44812200, 37822100, 24911200, 30192124, 30192130, 22600000, 37800000, 37810000, 37820000, 37822000, 37822300, 37822400
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 2 Arts and Crafts Materials allows bidders to bid for the supply and delivery of a range of arts and craft materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Board, Card and Paper
Lot No:3
II.2.2) Additional CPV code(s)
22990000, 30197620, 30197600, 37823500, 37823600, 37823800
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 3 is for the Supply and Delivery of the Board, Card and Paper.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Exercise Books
Lot No:4
II.2.2) Additional CPV code(s)
22830000
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 4 allows bidders to bid for the Supply and Delivery of Exercise Books.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Bespoke Homework Diaries
Lot No:6
II.2.2) Additional CPV code(s)
22817000, 39162110
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 6 is for the supply and delivery of Bespoke Homework Diaries.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Scientific Equipment
Lot No:8
II.2.2) Additional CPV code(s)
33793000, 38437000, 38000000
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 8 is for the supply and delivery of Scientific Equipment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Sports Equipment
Lot No:9
II.2.2) Additional CPV code(s)
37400000, 37410000, 37450000, 37451000, 37452000, 37420000, 37421000, 37451200, 37451210, 37451700, 37452100, 37452110, 37452200, 37452700, 37452710, 37452730, 37452900, 37461500, 37461510, 37461520
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 9 is for the supply and delivery of Sports Equipment including Lab Equipment, Chemicals and Glassware.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1) Title: Early Learning Materials
Lot No:5
II.2.2) Additional CPV code(s)
39162000, 37000000, 37500000, 37510000, 37511000, 37520000, 37522000, 37524100, 37527000, 39162100, 39162110
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 5 is for the Supply and Delivery of Early Learning Materials including products relating to nursery equipment and teaching aids, handwriting, numeracy, time, language and literacy, construction toys, outdoor toys and natural wood toys.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
This lot is divided into product groupings.
II.2.1) Title: Music Instruments
Lot No:7
II.2.2) Additional CPV code(s)
37310000, 37000000, 37300000, 37311000, 37312000, 37313000, 37314000, 37315000, 37316000
II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Throughout Scotland.
II.2.4) Description of the procurement:
Lot 7 is for the supply and delivery of Musical Instruments including Wind instruments; Brass Instruments; String Instruments; Percussion; Rock, Band and Pop; and Scottish Instruments.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting:20
Price – Weighting:80
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:For an initial period of 24 months with the option to extend for up to two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
This lot is divided into product groupings.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
ESPD (Scotland) Question 4B.5
Insurance requirements
It is a requirement of the contracts to be procured under the proposed framework agreement 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:
ESPD (Scotland) Question 4B.5.1
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
(minimum of 5 000 000 GBP each occurrence)
ESPD (Scotland) Question 4B.5.2
Public Liability Insurance = 5 000 000 GBP (minimum of 5 000 000 GBP each occurrence and in the aggregate in respect of Products)
Product Liability Insurance = 5 000 000 GBP
Third Party Motor Vehicle Insurance to a minimum of 5 000 000 GBP each occurrence in respect of Third Party Property Damage; unlimited in respect of injury
ESPD (Scotland) Question 4B 6
Other economic and financial requirements
A search of the bidder against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. Relevant examples of previous services or supplies.
2. Subcontracting.
3. Quality control certificates.
4. Quality Management Procedures.
5. Environmental Management Systems or Standards.
6. Health and Safety Procedures.
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required:ESPD (Scotland) Question 4C.1.2
1. Relevant examples of previous services or supplies.
Bidders will be required to provide as 3 previous examples of services or supplies carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the services or supplies as described in part II.2.4 of the OJEU Contract Notice. [Scotland Excel will accept examples of services or supplies carried out between 4 and 6 years ago provided that these do not form more than half of examples provided.]
ESPD (Scotland) Question 4C.10
2. Subcontracting.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.
ESPD (Scotland) Question 4C.12
3. Quality control certificates.
Bidders will be required to confirm that they can provide the required certificates (drawn up by official quality control institutes or agencies of recognised competence) attesting the conformity of products clearly identified by reference to the technical specifications or standards set out below:
ISO standards of products (where this is applicable)
Or evidence as outlined in the attachment titled ‘Education Materials 09-16 — III.1.2) and III.1.3) Requirements’ that can be found in the ‘Information and Instructions’ folder of the Buyers Attachment area, within ITT 17518, on PCS-T.
ESPD (Scotland) Question 4D.1
4. Quality Management Procedures.
The bidder must have the following:
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 evidence as outlined in the attachment titled ‘Education Materials 09-16 — III.1.2) and III.1.3) Requirements’ that can be found in the ‘Information and Instructions’ folder of the Buyers Attachment area, within ITT 17518, on PCS-T.
ESPD (Scotland) Question 4D.2
5. Environmental Management Systems or Standards.
The bidder must have the following:
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 evidence as outlined in the attachment titled ‘Education Materials 09-16 — III.1.2) and III.1.3) Requirements’ that can be found in the ‘Information and Instructions’ folder of the Buyers Attachment area, within ITT 17518, on PCS-T.
6. Health and Safety Procedures.
The bidder must have the following:
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 evidence as outlined in the attachment titled ‘Education Materials 09-16 — III.1.2) and III.1.3) Requirements’ that can be found in the ‘Information and Instructions’ folder of the Buyers Attachment area, within ITT 17518, on PCS-T.
III.2.2) Contract performance conditions: For full details of the conditions relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section ‘I.3) Communication’ of this Contract Notice).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:30IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 184-329492
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-05-15 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:5(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-05-15 Local time: 12:00 Place:Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on
Information about authorised persons and opening procedure:Scotland Excel Officers and Members.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
I.2) Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):
— Its 32 Local Authorities in Members Scotland listed at Members.aspx;
— Tayside Contracts;
— Scotland Excel Associate Members; and
— Any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
IV.1.3) Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.
VI.2) Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Local Authority Member or Associate Member entity entitled to use this proposed Framework Agreement. This will be settled by them during call-off of a contract under this proposed Framework Agreement.
Please note that no estimated values are available for each of the lots as this cannot be determined at this time. Further information regarding the operation of the framework is available within the document titled ‘Education Materials 09-16 Information and Instructions for Tenderers’ within PCS-T project 6571.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 6571. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
As part of the bidder’s response to questions relating to the (Quality) award criteria, it will be requested to provide an outline of the community benefits it can offer for this Framework Agreement. Bidders are asked to provide a response setting out the methodology for working with contracting authorities to support the delivery of the Scottish Government’s National Outcomes, through community benefits commitments. The response must be specific to the bidder’s involvement under this Framework Agreement if successful and should include:
— How the bidder will work with contracting authorities to offer community benefits, relevant to this procurement, to support the Scottish Government’s National Outcomes (as detailed in the Technical envelope on the PCS-T tendering system);
— Examples of the community benefits the bidder could deliver to contracting authorities linked to the Scottish Government’s National Outcomes.
If appointed on to the proposed Framework Agreement, suppliers will be required to report the details of all delivered community benefits to Scotland Excel bi-annually (or at some other interval reasonably notified to suppliers).
(SC Ref:490275).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Scotland Excel
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1AR
Country: United Kingdom
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Not Applicable
Town: Not Applicable
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-04-10
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> >