Skip to main content.

Procurement Hub: Places for People - Group Signage

  Procurement Hub has published this notice through Delta eSourcing

Notice Summary
Title: Places for People - Group Signage
Notice type: Contract Award Notice
Authority: Procurement Hub
Nature of contract: Supplies
Procedure: Open
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.
Published: 27/10/2021 10:04

View Full Notice

UK-Preston: Permanent message signs.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,040,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      Quality criterion - Name: Quality / Weighting: 65
                  
      Cost criterion - Name: Cost / Weighting: 35
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/H24VES5CA6


Section IV: Procedure

IV.1) Description

   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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2021/S 000-005094
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 24
         Number of tenders received from SMEs: 24 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 24          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 24

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Interplan Sign Systems Ltd, 04595025
             Unit 2, Taylors Business Centre, Hownsgill Drive, Consett, DH8 9HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,040,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://placesforpeople.delta-esourcing.com/delta/viewNotice.html?noticeId=638550934

   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 review procedure 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: 27/10/2021




View any Notice Addenda

View Award Notice