- Scope of the procurement
- Lot 1. Health and Safety and Related Signs
- Lot 2. Corporate Signs
- Lot 3. Road Name Signs
- Lot 4. Electronic Signs
- Lot 5. Interactive Wayfinding Signs
- Lot 6. Permanent Traffic Signs, Posts, Fixings
- Lot 7. Temporary Traffic Signs
- Lot 8. Permanent Vehicle Activated Signs and Associated Equipment
Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
Contact
Place & Environment Procurement Team
Telephone
+44 1162657864
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
344_22 Signs
Reference number
344_22
two.1.2) Main CPV code
- 44423400 - Signs and related items
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply and installation of signs and associated equipment including but not limited to health & safety signs, corporate signage, road name signs, electronic signs, permanent & temporary traffic signs and permanent vehicle activated signs.
To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘344_22’ d) Express an interest (e) Access the question set and download the tender from the website.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
two.2) Description
two.2.1) Title
Health and Safety and Related Signs
Lot No
1
two.2.2) Additional CPV code(s)
- 34924000 - Variable message signs
- 34928470 - Signage
- 34928471 - Sign materials
- 34992000 - Signs and illuminated signs
- 34996000 - Control, safety or signalling equipment for roads
- 34996200 - Control, safety or signalling equipment for inland waterways
- 34996300 - Control, safety or signalling equipment for parking facilities
- 44423400 - Signs and related items
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of health and safety signage.
The following is applicable to all lots:
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Corporate Signs
Lot No
2
two.2.2) Additional CPV code(s)
- 31523000 - Illuminated signs and nameplates
- 31523200 - Permanent message signs
- 34924000 - Variable message signs
- 34928470 - Signage
- 34928471 - Sign materials
- 34992000 - Signs and illuminated signs
- 34996300 - Control, safety or signalling equipment for parking facilities
- 39174000 - Shop signs
- 44423400 - Signs and related items
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of corporate signage.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Road Name Signs
Lot No
3
two.2.2) Additional CPV code(s)
- 34924000 - Variable message signs
- 34928470 - Signage
- 34928471 - Sign materials
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34992200 - Road signs
- 34992300 - Street signs
- 34996000 - Control, safety or signalling equipment for roads
- 34996200 - Control, safety or signalling equipment for inland waterways
- 34996300 - Control, safety or signalling equipment for parking facilities
- 44423400 - Signs and related items
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of road name signs.
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Electronic Signs
Lot No
4
two.2.2) Additional CPV code(s)
- 31523000 - Illuminated signs and nameplates
- 31523200 - Permanent message signs
- 34924000 - Variable message signs
- 34928470 - Signage
- 34928471 - Sign materials
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34996000 - Control, safety or signalling equipment for roads
- 34996200 - Control, safety or signalling equipment for inland waterways
- 34996300 - Control, safety or signalling equipment for parking facilities
- 44423400 - Signs and related items
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of electronic signage.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Interactive Wayfinding Signs
Lot No
5
two.2.2) Additional CPV code(s)
- 31523000 - Illuminated signs and nameplates
- 31523200 - Permanent message signs
- 34924000 - Variable message signs
- 34928470 - Signage
- 34928471 - Sign materials
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34992300 - Street signs
- 34996000 - Control, safety or signalling equipment for roads
- 34996200 - Control, safety or signalling equipment for inland waterways
- 34996300 - Control, safety or signalling equipment for parking facilities
- 44423400 - Signs and related items
- 45233293 - Installation of street furniture
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of interactive wayfinding signage.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Permanent Traffic Signs, Posts, Fixings
Lot No
6
two.2.2) Additional CPV code(s)
- 31523200 - Permanent message signs
- 31523300 - Illuminated nameplates
- 34922100 - Road markings
- 34923000 - Road traffic-control equipment
- 34928470 - Signage
- 34928471 - Sign materials
- 34929000 - Highway materials
- 34992000 - Signs and illuminated signs
- 34996000 - Control, safety or signalling equipment for roads
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of permanent traffic signs, posts and fixings
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Temporary Traffic Signs
Lot No
7
two.2.2) Additional CPV code(s)
- 31523300 - Illuminated nameplates
- 34922100 - Road markings
- 34923000 - Road traffic-control equipment
- 34928470 - Signage
- 34928471 - Sign materials
- 34929000 - Highway materials
- 34996000 - Control, safety or signalling equipment for roads
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of temporary traffic signs.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Permanent Vehicle Activated Signs and Associated Equipment
Lot No
8
two.2.2) Additional CPV code(s)
- 34923000 - Road traffic-control equipment
- 34928470 - Signage
- 34928471 - Sign materials
- 34929000 - Highway materials
- 34992000 - Signs and illuminated signs
- 34996000 - Control, safety or signalling equipment for roads
- 45233290 - Installation of road signs
- 45233293 - Installation of street furniture
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of permanent vehicle activated signs and associated equipment.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2024
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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.1.2) 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
ESPO shall monitor the financial stability of the awarded Suppliers during the period of the Framework Agreement by reference to credit ratings agency reports. ESPO shall obtain a credit score for the Supplier on or before the Framework Start Date as a base score and where a significant change is identified over the life of the Framework Agreement, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the offences involved, it will be at the sole discretion of ESPO to suspend or even permanently remove the Supplier from the Framework Agreement.
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
12 November 2021
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.