web-banner-marketing2

Market Leads & Opportunities

UNITED KINGDOM-Paisley: Supply and Delivery of Education Materials

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-006242/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid

Contract notice
Supplies

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.corporate@scotland-excel.org.uk
Fax: +44 1416187423
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: 1220
II.1.2) Main CPV code: 39162000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This framework will provide Councils and other participating bodies with a mechanism to procure a range of educational materials, including but not limited to, arts and crafts, board, card and paper, exercise books, homework diaries, science equipment and sports equipment.
II.1.5) Estimated total value:
Value excluding VAT: 70000000 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: Arts and Crafts Materials

Lot No:2
II.2.2) Additional CPV code(s)
39162000, 37820000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of arts and crafts materials. For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 10500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Board, Card, Paper and Exercise Books

Lot No:3
II.2.2) Additional CPV code(s)
22830000, 22990000, 22993400, 37823500

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Board, Card, Paper and Exercise Books. For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Bespoke Homework Diaries

Lot No:4
II.2.2) Additional CPV code(s)
22817000, 22111000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Bespoke Homework Diaries.
For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Early Learning Materials

Lot No:5
II.2.2) Additional CPV code(s)
37524100, 39162000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Early Learning Materials.
For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 24500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Musical Instruments

Lot No:7
II.2.2) Additional CPV code(s)
37300000, 37310000, 37315000, 37321000, 37322000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Musical Instruments.
For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Scientific Equipment

Lot No:8
II.2.2) Additional CPV code(s)
33790000, 33793000, 33192500, 38437000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Scientific Equipment.
For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 5600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Sports Equipment

Lot No:9
II.2.2) Additional CPV code(s)
37400000, 37410000, 37450000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Sports Equipment. For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Additional Support Needs (ASN) Products

Lot No:6
II.2.2) Additional CPV code(s)
39162000, 37524100, 22830000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of Additional Support Needs Equipment. For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: General Education Materials

Lot No:1
II.2.2) Additional CPV code(s)
39162000, 37524100, 37000000, 22111000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement:
The products under this lot will include, but not be limited to, supply and delivery of general education materials. For further information regarding the evaluation of this lot, please refer to the “1220 Evaluation Methodology including IIT” document, available within
the relevant ITT on PCS-Tender.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 yes
Description of options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.

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 (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

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.
Minimum level(s) of standards possibly required: INSURANCE REQUIREMENTS:
It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence.
PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of Products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the tenderer 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 tenderer does/would not present an unmanageable
risk should it be appointed on to the proposed Framework Agreement. Equifax’s protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. Subcontracting
2. Quality Management Procedures
3. Environmental Management Systems or Standards
4. Health and Safety Procedures
For full details please see the Procurement Documents. 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:SUBCONTRACTING:
Tenderers 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. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or
equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO
45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

III.2.2) Contract performance conditions: For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (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:20
IV.1.6) Information about electronic auction
An electronic auction will be usedIV.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:2020/S 189-457521
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-04-26 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: 2021-04-26 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force. Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel local authority members and associate members entitled to use this framework, are listed at 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. 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 tenderer than the envisaged maximum number to the proposed Framework Agreement.
For lots 2 – 9, Tenderers are required to submit a price for a minimum % of items within the basket of goods detailed in the commercial Schedule of Offer. Further information on this can be found within the “1220 Evaluation Methodology including IIT” document, available within the relevant ITT on PCS-Tender.
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland):
– whether the Tenderer intends to subcontract any share of the contract to a third party;
– list of the proposed subcontracts as far as it is known at that stage; and
– what proportion/percentage of the contract does the Tenderer intend to subcontract.
Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately above.
CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS
As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis.
Community Benefits details will be requested on a 6-monthly basis.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18034. For more information see:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This contract is for supply and delivery. Not being a works contract, a sub-contract clause is not required.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:
* Targeted recruitment and training
* Community engagement
As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this framework.
(SC Ref:646140)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Please refer to VI.4.3 below
Town: Scotland
Country: United Kingdom

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 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice:2021-03-26