Section one: Contracting authority
one.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Port Way
Preston
PR2 2YB
purchasing@placesforpeople.co.uk
Telephone
+44 1772897200
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
http://www.placesforpeople.co.uk
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Permanent-message-signs./H24VES5CA6
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Places for People - Group Signage
two.1.2) Main CPV code
- 31523200 - Permanent message signs
two.1.3) Type of contract
Supplies
two.1.4) Short description
Places for People are seeking to appoint a provider of signage that consistently meet the standards required. The successful supplier will need to be able to provide a wide range of products to meet the varying requirements of Places for People as well as provide UK-wide service. As such, Places for People wish to form a Signage Agreement which will be utilised and owned by Places for People and run for an initial period of 2 years, with optional extension of 2 periods of one year each.
two.1.5) Estimated total value
Value excluding VAT: £1,040,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Places for People Signage Agreement
Places for People are seeking to appoint a single provider of signage and installation services for an initial period of 2 years, which consistently meet the standards required. The successful supplier will need to be able to provide a wide range of products to meet the varying requirements of Places for People
The principle of the Signage Agreement is to group products that Places for People require ensuring quality and value
for money. The agreement will be owned by Places for People. It is a minimum requirement that the successful supplier will be able to provide a whole UK-wide service.
Please note the successful supplier should also adhere to health and safety and waste requirements and involvement of local suppliers in supply chain and agreement to KPIs.
Places for People specific signage for our sites, schemes and offices and includes signage for marketing, site wayfinding and general office signage. All products supplied in this agreement shall be, of the required state and condition, fit for the purpose for which they are intended free from minor defects, safe and durable.
End to end supply chain control processes must be in place to ensure consistent quality, back up warranties and guarantees. All suppliers shall take an informed approach to ensure responsible procurement in the sourcing of all materials and shall ensure they are produced in ethical and environmentally considerate ways.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Cost criterion - Name: Cost / Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £1,040,000
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 framework is for an initial period of 2 years, with two additional, optional extension period of 1 year, making a possible maximum term of 4 years
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.2.14) Additional information
To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/H24VES5CA6
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 April 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://placesforpeople.delta-esourcing.com/respond/H24VES5CA6
GO Reference: GO-2021312-PRO-17922568
six.4) Procedures for review
six.4.1) Review body
Crown Commercial Services
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
1 Horse Guards Road
London
SW1A 2HQ
Telephone
+44 1772897200
Country
United Kingdom