Section one: Contracting authority
one.1) Name and addresses
West Northamptonshire Council
One Angel Square, Angel Street
Northampton
NN1 1ED
Contact
Sarah Deyes
procurement@westnorthants.gov.uk
Country
United Kingdom
NUTS code
UKF24 - West Northamptonshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/wnc/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/wnc/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/wnc/aspx/Home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Supply, Installation and Maintenance of Hoarding and Graphics Services
Reference number
WNC00000458
two.1.2) Main CPV code
- 45100000 - Site preparation work
two.1.3) Type of contract
Works
two.1.4) Short description
The Council has a need for hoarding supply, installation and maintenance, alongside graphics design, printing and installation to support its portfolio of vacant development sites. All works under this framework will fall within the West Northamptonshire Local Authority Area. WNC is seeking to establish a framework agreement across two (2) lots. Each lot will have 2 suppliers awarded to it under the framework. These will be the two highest scoring bidders for each lot from this tender. The tender is split into two lots: • Lot 1 – The Supply, Installation and Maintenance of Hoarding • Lot 2 – Graphics Design, Print and Installation ServicesThe framework is for the use of West Northamptonshire Council only. There will be no guarantee of work or volume of work to be given under this contract for either of the lots. Suppliers can tender for one or more lots.The Authority intends to conduct a competition following the restricted procedure.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - The Supply, Installation and Maintenance of Hoarding
Lot No
1
two.2.2) Additional CPV code(s)
- 34928470 - Signage
- 79933000 - Design support services
- 79800000 - Printing and related services
- 44423400 - Signs and related items
- 71000000 - Architectural, construction, engineering and inspection services
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
two.2.4) Description of the procurement
The Council has a need for hoarding supply, installation and maintenance, alongside graphics design, printing and installation to support its portfolio of vacant development sites. All works under this framework will fall within the West Northamptonshire Local Authority Area. WNC is seeking to establish a framework agreement across two (2) lots. Each lot will have 2 suppliers awarded to it under the framework. These will be the two highest scoring bidders for each lot from this tender. The tender is split into two lots: • Lot 1 – The Supply, Installation and Maintenance of Hoarding • Lot 2 – Graphics Design, Print and Installation ServicesWhen ordering Services under the Framework Agreement from either lot, the Authority shall: a. identify the relevant Lot which its Works/Services requirements fall into; b. send an Order to the Framework Provider ranked highest following the evaluation of its Tender; c. if the Framework Provider who was ranked highest is not able to provide the Works/Services, send an Order to the Framework Provider ranked next highest); The framework is for the use of West Northamptonshire Council only. There will be no guarantee of work or volume of work to be given under this contract for either of the lots. Suppliers can tender for one or more lots.The Authority intends to conduct a competition following the restricted procedure.Suppliers are invited to complete the SQ and to submit it. The Authority proposes to invite up to 5 Suppliers for each lot with the highest scoring compliant SQ submission to the tender stage. Full details relating to the works are provided in the tender documents. Total contract value:Lot 1 = £400,000Lot 2 = £200,000Variant bids not offered. The Authority proposes to establish a framework agreement across two (2) lots for a period of 24 months with an option to extend for a further 12 months, making 36 months in total.The Authority proposes to call off against Lot 1 and Lot 2 for each individual requirement for works/services. The duration of the call off will be the duration until the works/services are complete. The anticipated start date is 23rd June 2025If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home Supplier Questionnaires must be returned via the Portal. The return date is midday on Friday 28th February 2024. Submissions received after this time and date will not be accepted.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Framework duration for is 24 months with an option to extend for a further 12 months making 36 months in total.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Highest scoring bidders based on evaluation of scored SQ questions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Graphics Design, Print and Installation Services
Lot No
2
two.2.2) Additional CPV code(s)
- 34928470 - Signage
- 79933000 - Design support services
- 79800000 - Printing and related services
- 44423400 - Signs and related items
- 71000000 - Architectural, construction, engineering and inspection services
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
two.2.4) Description of the procurement
The Council has a need for hoarding supply, installation and maintenance, alongside graphics design, printing and installation to support its portfolio of vacant development sites. All works under this framework will fall within the West Northamptonshire Local Authority Area. WNC is seeking to establish a framework agreement across two (2) lots. Each lot will have 2 suppliers awarded to it under the framework. These will be the two highest scoring bidders for each lot from this tender. The tender is split into two lots: • Lot 1 – The Supply, Installation and Maintenance of Hoarding • Lot 2 – Graphics Design, Print and Installation ServicesWhen ordering Services under the Framework Agreement from either lot, the Authority shall: a. identify the relevant Lot which its Works/Services requirements fall into; b. send an Order to the Framework Provider ranked highest following the evaluation of its Tender; c. if the Framework Provider who was ranked highest is not able to provide the Works/Services, send an Order to the Framework Provider ranked next highest); The framework is for the use of West Northamptonshire Council only. There will be no guarantee of work or volume of work to be given under this contract for either of the lots. Suppliers can tender for one or more lots.The Authority intends to conduct a competition following the restricted procedure.Suppliers are invited to complete the SQ and to submit it. The Authority proposes to invite up to 5 Suppliers for each lot with the highest scoring compliant SQ submission to the tender stage. Full details relating to the works are provided in the tender documents. Total contract value:Lot 1 = £400,000Lot 2 = £200,000Variant bids not offered. The Authority proposes to establish a framework agreement across two (2) lots for a period of 24 months with an option to extend for a further 12 months, making 36 months in total.The Authority proposes to call off against Lot 1 and Lot 2 for each individual requirement for works/services. The duration of the call off will be the duration until the works/services are complete. The anticipated start date is 23rd June 2025If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home Supplier Questionnaires must be returned via the Portal. The return date is midday on Friday 28th February 2024. Submissions received after this time and date will not be accepted.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority proposes to establish a framework agreement for a period of 24 months with an option to extend for a further 12 months, making 36 months in total.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Highest scoring bidders based on scored SQ questions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants will be assessed in accordance with the Public Contract Regulations 2015 and as set out in the ITT documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
not applicable
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will observe a minimum ten (10) calendar day standstill period in accordance with the Public Contracts Regulations 2015 following notification of intention to award. The Public Contracts Regulations 2015 set out the potential remedies available to a bidder in the event of a challenge. Proceedings must be brought in accordance with those Regulations including the time period for challenge - usually thirty (30) days from actual or constructive knowledge but which can be extended by the Court in certain circumstances.