Opportunity

344_22 Signs

  • ESPO

F02: Contract notice

Notice reference: 2021/S 000-025762

Published 14 October 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

Contact

Place & Environment Procurement Team

Email

tenders@espo.org

Telephone

+44 1162657864

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.espo.org/

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.