UK-Preston: Permanent message signs.

UK-Preston: Permanent message signs.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: purchasing@placesforpeople.co.uk
Main Address: http://www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Permanent-message-signs./H24VES5CA6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Places for People - Group Signage
Reference Number: Not provided
II.1.2) Main CPV Code:
31523200 - Permanent message signs.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Places for People are seeking to appoint a provider of signage that consistently meet the standards required. The successful supplier will need to be able to provide a wide range of products to meet the varying requirements of Places for People as well as provide UK-wide service. As such, Places for People wish to form a Signage Agreement which will be utilised and owned by Places for People and run for an initial period of 2 years, with optional extension of 2 periods of one year each.
II.1.5) Estimated total value:
Value excluding VAT: 1,040,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Places for People Signage Agreement

Places for People are seeking to appoint a single provider of signage and installation services for an initial period of 2 years, which consistently meet the standards required. The successful supplier will need to be able to provide a wide range of products to meet the varying requirements of Places for People

The principle of the Signage Agreement is to group products that Places for People require ensuring quality and value
for money. The agreement will be owned by Places for People. It is a minimum requirement that the successful supplier will be able to provide a whole UK-wide service.

Please note the successful supplier should also adhere to health and safety and waste requirements and involvement of local suppliers in supply chain and agreement to KPIs.

Places for People specific signage for our sites, schemes and offices and includes signage for marketing, site wayfinding and general office signage. All products supplied in this agreement shall be, of the required state and condition, fit for the purpose for which they are intended free from minor defects, safe and durable.

End to end supply chain control processes must be in place to ensure consistent quality, back up warranties and guarantees. All suppliers shall take an informed approach to ensure responsible procurement in the sourcing of all materials and shall ensure they are produced in ethical and environmentally considerate ways.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 65

Cost criterion - Name: Cost / Weighting: 35

II.2.6) Estimated value:
Value excluding VAT: 1,040,000
Currency: GBP
II.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: The framework is for an initial period of 2 years, with two additional, optional extension period of 1 year, making a possible maximum term of 4 years

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/H24VES5CA6


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/04/2021 Time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12

IV.2.7) Conditions for opening of tenders:
Date: 12/04/2021
Time: 15:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://placesforpeople.delta-esourcing.com/tenders/UK-UK-Preston:-Permanent-message-signs./H24VES5CA6

To respond to this opportunity, please click here:
https://placesforpeople.delta-esourcing.com/respond/H24VES5CA6
VI.4) Procedures for review
VI.4.1) Review body:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
Tel. +44 1772897200
VI.5) Date Of Dispatch Of This Notice: 12/03/2021

Annex A