Tender

TENDER FOR THE SUPPLY AND/OR SUPPLY, INSTALLATION & MAINTENANCE OF SIGNAGE ACROSS HAMPSHIRE UNDER A FRAMEWORK AGREEMENT

  • Basingstoke & Deane Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-020922

Procurement identifier (OCID): ocds-h6vhtk-03e3bf

Published 20 July 2023, 12:03pm



Section one: Contracting authority

one.1) Name and addresses

Basingstoke & Deane Borough Council

Civic Offices

BASINGSTOKE

RG214AH

Email

procurement@basingstoke.gov.uk

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.basingstoke.gov.uk/

one.3) Communication

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

https://sebp.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sebp.due-north.com/

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://sebp.due-north.com/

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

TENDER FOR THE SUPPLY AND/OR SUPPLY, INSTALLATION & MAINTENANCE OF SIGNAGE ACROSS HAMPSHIRE UNDER A FRAMEWORK AGREEMENT

Reference number

DN680215

two.1.2) Main CPV code

  • 34928470 - Signage

two.1.3) Type of contract

Supplies

two.1.4) Short description

Basingstoke and Deane Borough Council ('the Council') is seeking Basingstoke and Deane Borough Council (the council) are seeking to commission competent and experienced contractor(s) for the provision of signage at various site locations throughout Hampshire. The Council is acting as Lead Authority on behalf of the authorities listed below:

• Basingstoke and Deane Borough Council

• East Hampshire District Council

• Eastleigh Borough Council

• Fareham Borough Council

• Gosport Borough Council

• Hampshire County Council

• Hart District Council

• Havant Borough Council

• Isle of Wight Council

• New Forest Borough Council

• Portsmouth City Council

• Rushmoor Borough Council

• Southampton City Council

• Test Valley Borough Council

• Winchester City Council

Other authorities that are part of this process comprise:

• Town and Parish Councils within Hampshire

• Junior, Primary and Secondary Schools in the Hampshire County Council local authority area, (private schools are not included in the Framework).

The main objective of this invitation to Tender is to establish a Framework Contract. The framework will cover the supply of various types of signage, ranging from very small quantities (one item) to larger orders. As requirements differ for each organisation, the contract will comprise of 'supply only' and/or 'supply and installation' Lots.

The framework will be split into four Lots as detailed below:

Lot 1 - Street Name Plates - Supply Only

Lot 2 -Street Name Plates -Supply and Installation/maintenance

Lot 3 -Road Signage (including Directional Signs, Information signs) - Supply Only

Lot 4 - Road Signage (including Directional Signs, Information signs) -Supply and Installation/maintenance

The Councils intents to award only one supplier to each Lot, however, tenderers can bid for one or more Lots; though each Lot will be evaluated separately, and response documents must be provided for each lot that the tenderer is responding to. Therefore, the potential successful tenderer could be appointed to more than one lot.

two.1.5) Estimated total value

Value excluding VAT: £700,000

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

Street Name Plates - Supply Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992300 - Street signs

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

To manufacture and supply street name plates in a range of sizes throughout Hampshire. All works for this lot are to include;

• Covering and removal of covering signs

• Location lettering and marking

• Protective systems, including any packaging

• Rivets, bolts, nuts to secure the signage

• Protective treatments

• Notices and recording

• Light spill screen

• Fixing to structures and posts including all attachments

• Postage or delivery charges

two.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 7.5

Quality criterion - Name: Skills Matrix / Weighting: 7.5

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Sample sign & Example Quotation Document / Weighting: 20

Cost criterion - Name: Core items / Weighting: 40

Cost criterion - Name: Non-core items / Weighting: 17

Cost criterion - Name: Lead Authority Discount / Weighting: 3

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Street Name Plates -Supply and Installation/maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992300 - Street signs
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

To manufacture, supply and provide installation & maintenance of street name plates in a range of sizes throughout Hampshire. All works for this lot are to include;

• Excavation of material

• Backfill and compaction

• In-situ concrete

• Formwork

• Reinstatement of surface to match existing

• Disposal of waste (in accordance with Part II of the Environmental Protection Act 1990 and in particular, the Duty of Care Requirements under Section 34 of the Act), via a registered waste carrier.

• Drilling or forming holes and pocket instructors or foundations and casting in bolts, socket base plates and anchorage assemblies

• Bedding and grouting

• Fixing in position and supporting

• Removing temporary fixings and supports

• Reinstatement to match existing surface after removal, if required.

two.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 7.5

Quality criterion - Name: Skills Matrix / Weighting: 7.5

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Sample sign & Example Quotation Document / Weighting: 20

Cost criterion - Name: Core items / Weighting: 40

Cost criterion - Name: Non-core items / Weighting: 17

Cost criterion - Name: Lead Authority Discount / Weighting: 3

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Road Signage (including Directional Signs, Information signs) - Supply Only

Lot No

3

two.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992200 - Road signs

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

To manufacture and supply road signs (including directional signs and information signs) throughout Hampshire. All works for this lot are to include;

• Covering and removal of covering signs

• Location lettering and marking

• Protective systems, including any packaging

• Rivets, bolts, nuts to secure the signage

• Protective treatments

• Notices and recording

• Light spill screen

• Fixing to structures and posts including all attachments

• Postage or delivery charges

two.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 7.5

Quality criterion - Name: Skills Matrix / Weighting: 7.5

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Sample sign & Example Quotation Document / Weighting: 20

Cost criterion - Name: Core items / Weighting: 40

Cost criterion - Name: Non-core items / Weighting: 17

Cost criterion - Name: Lead Authority Discount / Weighting: 3

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Road Signage (including Directional Signs, Information signs) -Supply and Installation/maintenance

Lot No

4

two.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

To manufacture, supply and provide installation & maintenance of road signs (including directional signs and information signs) throughout Hampshire. All works for this lot are to include;

• Excavation of material

• Backfill and compaction

• In-situ concrete

• Formwork

• Reinstatement of surface to match existing

• Disposal of waste (in accordance with Part II of the Environmental Protection Act 1990 and in particular, the Duty of Care Requirements under Section 34 of the Act), via a registered waste carrier.

• Drilling or forming holes and pocket instructors or foundations and casting in bolts, socket base plates and anchorage assemblies

• Bedding and grouting

• Fixing in position and supporting

• Removing temporary fixings and supports

• Reinstatement to match existing surface after removal, if required.

two.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 7.5

Quality criterion - Name: Skills Matrix / Weighting: 7.5

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Sample sign & Example Quotation Document / Weighting: 20

Cost criterion - Name: Core items / Weighting: 40

Cost criterion - Name: Non-core items / Weighting: 17

Cost criterion - Name: Lead Authority Discount / Weighting: 3

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out 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: 4

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

4 September 2023

Local time

9:00am

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

English

four.2.7) Conditions for opening of tenders

Date

4 September 2023

Local time

10:00am

Place

The Council is utilising an electronic tendering tool. Accordingly, there will be no hard copy documents issued to Tenders and all communication with the Council, Including the submission of Tenderers' Responses, will be conducted via the ProContract system

https://sebp.due-north.com/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom