Tender

344_26 Signs

  • Leicestershire County Council, trading as ESPO

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-083019

Procurement identifier (OCID): ocds-h6vhtk-051a97 (view related notices)

Published 15 December 2025, 3:56pm



Scope

Reference

344_26

Description

An ESPO national framework agreement for the supply and installation of signs including safety signs, corporate signage, road name signs and electronic signs.

The Framework is divided into 8 lots.

Please refer to the tender documents for further details - the closing date for submission of Tenders is 12:00 (12 noon) on 19 January 2026.

To tender (please proceed to step (e) if an expression of interest has already been completed):

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '344_26' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen).

Any questions or clarifications relating to this tender opportunity should be submitted to ESPO as a message on the eProcurement Portal, once an Expression of interest has been completed.

Commercial tool

Establishes a framework

Total value (estimated)

  • £18,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 4 March 2026 to 3 March 2028
  • Possible extension to 3 March 2030
  • 4 years

Description of possible extension:

The framework agreement has the option to extend for up to a further 24 months (under normal circumstances this will either be completed in full or in 12-month periods and is subject to the performance of the framework).

Total estimated values captured in this notice include the option to extend the framework as noted above.

Options

The right to additional purchases while the contract is valid.

ESPO reserves the right to add or remove units to be provided throughout the life of the contract.

Main procurement category

Goods

Additional procurement category

Services

Contract locations

  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Health and Safety and Related Signs (ESPO Catalogue)

Description

The supply of Health and Safety and Related Signs to the ESPO distribution centres. *ESPO from time to time may request delivery to an alternative storage facility within the UK.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31523200 - Permanent message signs
  • 44423400 - Signs and related items

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Corporate Signs

Description

Covers the supply, delivery and installation of all corporate signage where required by a customer. It is envisaged that Customers will utilise this Lot for requirements including but not limited to corporate signage, car parking signs, health and safety signs, and public health signs, however other requirements within the scope of corporate signs are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31523200 - Permanent message signs
  • 44423400 - Signs and related items

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Road Name Signs

Description

Covers the supply, delivery and installation of road name signs where required by a customer. It is envisaged that Customers will utilise this Lot for requirements including but not limited to traffic management and navigation measures, however other requirements within the scope of road name signs are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31523200 - Permanent message signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45233290 - Installation of road signs

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 4. Electronic Signs

Description

Covers the supply, delivery and installation of electronic signs where required by a customer. It is envisaged that Customers will utilise this Lot for requirements including but not limited to help communicate, attract attention and engage customers in real time, however other requirements within the scope of electronic signs are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31523000 - Illuminated signs and nameplates
  • 34924000 - Variable message signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45316211 - Installation of illuminated road signs

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 5. Wayfinding Signs (Including Interactive)

Description

Covers the supply, delivery and installation of wayfinding signs (including interactive) where required by a customer. It is envisaged that Customers will utilise this Lot for requirements including but not limited to making navigation in complex areas easier for Customers, however other requirements within the scope of wayfinding signs are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31523000 - Illuminated signs and nameplates
  • 34992300 - Street signs
  • 44423400 - Signs and related items

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 6. Permanent Vehicle Activated Signs and Associated Equipment

Description

Includes the supply, installation and maintenance of permanent vehicle activated signs (VAS) where required by a Customer. It is envisaged that Customers will utilise this Lot for requirements including but not limited to providing real-time, eye-catching warnings about speed or hazards, however other requirements within the scope of permanent vehicle activated signs and associated equipment are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34924000 - Variable message signs
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45233290 - Installation of road signs
  • 45316211 - Installation of illuminated road signs

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 7. Temporary Traffic Signs

Description

Covers the supply and delivery of all types of temporary traffic signs as described in chapter 8 of the Traffic Signs Manual including but not limited to signs for roadworks, temporary situations, and sandbags where required by a Customer. It is envisaged that Customers will utilise this Lot to provide short-term, essential guidance and safety information during situations where normal road conditions are disrupted. However other requirements within the scope of temporary traffic signs are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45233290 - Installation of road signs
  • 45316211 - Installation of illuminated road signs

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 8. Permanent Traffic and Electric Vehicle Charging Point Signs, and Associated Posts, Fixings and Attachments

Description

Covers the supply and delivery of all permanent traffic signs described in the current version of Traffic Signs Regulations and General Directions (TSRGD) 2016 and the Traffic Signs Manual (TSM) as well as associated posts, fixings and attachments where required by a Customer. Lot 8 also covers the supply and delivery of electric vehicle charging point (EVCP) signs. It is envisaged that Customers will utilise this Lot to provide consistent, reliable and legally enforceable guidance that ensures safety, order and efficiency on roads. It is envisaged that Customers will use posts, fixings and other attachments to provide structure, visibility and durability for signs. However, other requirements within the scope of permanent traffic and EV charging signs, posts fixings and attachments are able to be supplied under this Lot.

For further details, please refer to the tender documents.

Lot value (estimated)

  • £18,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31523200 - Permanent message signs
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45233290 - Installation of road signs
  • 45316211 - Installation of illuminated road signs

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

3%

Further information about fees

As a public body, ESPO have a statutory obligation to recover the costs incurred in the management of this Framework. This obligation is met by means of a Framework Fee which will be payable by the Suppliers to ESPO, and is calculated based on the invoiced value to the customer by the supplier under the framework. Framework fee payments will be plus VAT at the prevailing rate.

For further details, please refer to the tender documents.

Framework operation description

It should be noted that the Framework could be used in a number of ways where refuse and recycling products are required. Customers wishing to buy Goods via the Framework will do so in the following way(s) in accordance with section 45 of the Procurement Act 2023 (and any subsequent amendment or re-enactment thereof):

Call-off without competition

'Calling-off' Goods from a Supplier identified who is: a) included in the Framework; b) suitable for meeting the Customer's specific needs, and; c) identified as offering the most advantageous solution to the Customer's requirements, based on the information provided to Customers.

Call-off with competition (Further Competitive Selection Process)

'Calling-off' by conducting a further competitive selection process amongst those Suppliers identified in the Framework as being able to provide the required Goods. This means that not all competitive selection processes will necessarily include all the Suppliers - a customer will only invite those Suppliers that are included in the Framework for the particular type of contract required. Customers will assess the suppliers as set out in the terms and conditions of the Framework.

Please note that once this Framework is established, the right is reserved by the Customer when running a further competitive selection process, to invite the Suppliers to participate in an eAuction.

Please refer to the tender documents for any further details.

ESPO Trading Limited Second Framework:

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 Procurement Act 2023 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 Procurement Act 2023 or other public procurement legislation. Accordingly, this is provided for tenderers information only.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

As a Centralised procurement authority as defined in the Procurement Act 2023, the Framework 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 on general classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

Contracting authority location restrictions

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Lot 1. Health and Safety and Related Signs (ESPO Catalogue)

Lot 2. Corporate Signs

Lot 3. Road Name Signs

Lot 4. Electronic Signs

Lot 5. Wayfinding Signs (Including Interactive)

Lot 6. Permanent Vehicle Activated Signs and Associated Equipment

Lot 7. Temporary Traffic Signs

Lot 8. Permanent Traffic and Electric Vehicle Charging Point Signs, and Associated Posts, Fixings and Attachments

Refer to the tender documents for conditions of participation (note: the Procurement Specific Questionnaire including Conditions of Participation questions, is captured as a Question set in the eProcurement Portal, ProContract, and is completed online there once a response has been started).

Technical ability conditions of participation

Lot 1. Health and Safety and Related Signs (ESPO Catalogue)

Lot 2. Corporate Signs

Lot 3. Road Name Signs

Lot 4. Electronic Signs

Lot 5. Wayfinding Signs (Including Interactive)

Lot 6. Permanent Vehicle Activated Signs and Associated Equipment

Lot 7. Temporary Traffic Signs

Lot 8. Permanent Traffic and Electric Vehicle Charging Point Signs, and Associated Posts, Fixings and Attachments

Refer to the tender documents for conditions of participation (note: the Procurement Specific Questionnaire including Conditions of Participation questions, is captured as a Question set in the eProcurement Portal, ProContract, and is completed online there once a response has been started).

Particular suitability

Lot 1. Health and Safety and Related Signs (ESPO Catalogue)

Lot 2. Corporate Signs

Lot 3. Road Name Signs

Lot 4. Electronic Signs

Lot 5. Wayfinding Signs (Including Interactive)

Lot 6. Permanent Vehicle Activated Signs and Associated Equipment

Lot 7. Temporary Traffic Signs

Lot 8. Permanent Traffic and Electric Vehicle Charging Point Signs, and Associated Posts, Fixings and Attachments

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

12 January 2026, 5:00pm

Tender submission deadline

19 January 2026, 12:00pm

Submission address and any special instructions

Refer to all instructions captured via https://www.eastmidstenders.org/.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 February 2026


Award criteria

Lot 1. Health and Safety and Related Signs (ESPO Catalogue)

This table contains award criteria for this lot
Name Type Weighting
Price (Lot 1) Price 70%
Non-Price (Lot 1) Quality 30%

Lot 2. Corporate Signs

Lot 3. Road Name Signs

Lot 4. Electronic Signs

Lot 5. Wayfinding Signs (Including Interactive)

Lot 6. Permanent Vehicle Activated Signs and Associated Equipment

Lot 7. Temporary Traffic Signs

Lot 8. Permanent Traffic and Electric Vehicle Charging Point Signs, and Associated Posts, Fixings and Attachments

This table contains award criteria for this lot
Name Type Weighting
Non-Price (Lots 2-8) Quality 60%
Price (Lots 2-8) Price 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://www.eastmidstenders.org/

To tender (please proceed to step (e) if an expression of interest has already been completed):

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '344_26' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen).

Technical specifications to be met

https://www.eastmidstenders.org/

Please refer to the tender documents (see above for further details including summary instructions on how to access these).


Contracting authority

Leicestershire County Council, trading as ESPO

  • Public Procurement Organisation Number: PYDD-1122-TCVN

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

United Kingdom

Contact name: Place and Environment Procurement Team

Email: tenders@espo.org

Website: https://www.espo.org/

Region: UKF22 - Leicestershire CC and Rutland

Organisation type: Public authority - sub-central government