Supply of Graffiti Coating Product, Removal Product and Equipment

A Contract Award Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Contract (Supply)
Duration
2 year (est.)
Value
___
Sector
INDUSTRIAL
Published
07 Aug 2025
Delivery
03 Feb 2025 to 02 Feb 2027 (est.)
Deadline
n/a

Concepts

Location

Edinburgh Council

Geochart for 2 buyers and 3 suppliers

2 buyers

1 supplier

Description

The Street Cleansing Team within the City of Edinburgh Council (the Council) is required to provide graffiti removal services for Council property. The Graffiti Team requires highly specialised chemicals to perform these services along with the equipment necessary to utilise the chemicals.

Lot Division

1 General Graffiti Removal Chemicals

Supply of general graffiti removal chemicals (environmentally/skin safe) and equipment

2 Specialised Graffiti Removal Chemicals Historic Buildings

Specialised graffiti chemicals Historic Buildings, full details of the requirements are included in the attached specification.

3 Specialised Anti-Graffiti (Graffiti Resistant Coating) Chemicals

Specialised anti-graffiti (graffiti resistant coating) chemicals, full details of the requirements are included in the attached specification.

Award Detail

1 Unnamed (None)
  • Specialised Anti-Graffiti (Graffiti Resistant Coating) Chemicals
  • Reference: ct1395
  • CONTRACT NOT AWARDED – NO SUCCESSFUL BIDDERS.
2 Unnamed (None)
  • General Graffiti Removal Chemicals
  • Reference: ct1395
  • CONTRACT NOT AWARDED – NO SUCCESSFUL BIDDERS.
3 Unnamed (None)
  • Specialised Graffiti Removal Chemicals Historic Buildings
  • Reference: ct1395
  • CONTRACT NOT AWARDED – NO SUCCESSFUL BIDDERS.

Award Criteria

Full details in tender documentation 50.0
PRICE 50.0

CPV Codes

  • 24000000 - Chemical products
  • 24960000 - Various chemical products

Indicators

  • Award on basis of price.

Other Information

Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.4. Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract, and/or any subsequent call off contract (including any agency or sub-contractor staff) directly involved in the delivery of the contract, and/or any subsequent call off contract, at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. (SC Ref:806694)

Reference

Domains