Opportunity

MWEU41 INTERNAL AND EXTERNAL SIGNAGE FRAMEWORK

  • MID AND WEST WALES FIRE AND RESCUE SERVICE
  • Aberystwyth University

F02: Contract notice

Notice reference: 2024/S 000-007439

Published 8 March 2024, 8:43am



Section one: Contracting authority

one.1) Name and addresses

MID AND WEST WALES FIRE AND RESCUE SERVICE

Service Headquarters, Lime Grove Avenue, Carmarthen, Sa31 1Eg

Carmarthen

SA31 1SP

Contact

Liann Phillips

Email

procurement@mawwfire.gov.uk

Telephone

+44 01267226892

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.mawwfire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0484

one.1) Name and addresses

Aberystwyth University

c/o Finance Office, Student Welcome Centre, Penglais Campus

Aberystwyth

SY23 3FB

Email

tenstaff@aber.ac.uk

Telephone

+44 1970628716

Country

United Kingdom

NUTS code

UKL1 - West Wales and the Valleys

Internet address(es)

Main address

https://www.aber.ac.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1009

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.4) Type of the contracting authority

Other type

Emergency Services

one.5) Main activity

Other activity

Emergency Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MWEU41 INTERNAL AND EXTERNAL SIGNAGE FRAMEWORK

Reference number

MWEU41

two.1.2) Main CPV code

  • 34928470 - Signage

two.1.3) Type of contract

Supplies

two.1.4) Short description

FRAMEWORK FOR THE PROVISION OF INTERNAL AND EXTERNAL SIGNAGE

two.1.5) Estimated total value

Value excluding VAT: £290,000

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 Western – Carmarthenshire and Pembrokeshire (MAWWFRA)

Lot No

1

two.2.2) Additional CPV code(s)

  • 44423400 - Signs and related items

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

CARMARTHENSHIRE AND PEMBROKESHIRE

two.2.4) Description of the procurement

Mid and West Wales Fire and Rescue Authority are seeking tenders for the provision of an Internal and External Signage framework.

The successful supplier will be required to design, produce and install bilingual signage, the requirement will also include works to renew repair or update existing signage, and remove existing signage for retention or refitting at a later date.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 40%

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

A further 24 month extension is available

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 Southern –Swansea and Neath Port Talbot (MAWWFRA)

Lot No

2

two.2.2) Additional CPV code(s)

  • 44423400 - Signs and related items

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

SWANSEA AND NEATH PORT TALBOT

two.2.4) Description of the procurement

Mid and West Wales Fire and Rescue Authority are seeking tenders for the provision of an Internal and External Signage framework.

The successful supplier will be required to design, produce and install bilingual signage, the requirement will also include works to renew repair or update existing signage, and remove existing signage for retention or refitting at a later date.

two.2.5) Award criteria

Quality criterion - Name: QUALITY / Weighting: 50%

Quality criterion - Name: SOCIAL VALUE / Weighting: 10

Cost criterion - Name: COST / Weighting: 40%

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

There is a 24 month extension period available

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 3 Northern – Powys and Ceredigion (MAWWFRA & AU)

Lot No

3

two.2.2) Additional CPV code(s)

  • 44423400 - Signs and related items

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Powys and Ceredigion

two.2.4) Description of the procurement

Mid and West Wales Fire and Rescue Authority on behalf of themselves and Aberystwyth University are seeking tenders for the provision of an Internal and External Signage framework.

The successful supplier will be required to design, produce and install bilingual signage, the requirement will also include works to renew repair or update existing signage, and remove existing signage for retention or refitting at a later date.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 40

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

There is a 24 month extension period available

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

Aberystwyth University are included within this Lot and may also purchase signage as and when required.


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.1.3) 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: 3

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

22 April 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 April 2024

Local time

12:00pm

Place

Procurement Department

Information about authorised persons and opening procedure

Members of the Procurement Department


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: March 2028

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=139756.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:139756)

Download the ESPD document here: [[https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=139756]]

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom