Higher Education Signs and Signage Framework
NEUPC is looking to establish a new Framework Agreement which is for the provision of signs and signage products and related services.
United Kingdom-Leeds: Signage
2019/S 068-159805
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
United Kingdom
Contact person: Paul Eagleton
Telephone: +44 1134871752
E-mail: admin@neupc.ac.uk
NUTS code: UK
Address of the buyer profile: https://neupc.delta-esourcing.com/
I.1)Name and addresses
APUC Limited, Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
E-mail: enquiries@apuc-scot.ac.uk
NUTS code: UKInternet address(es):Main address: http://www.apuc-scot.ac.uk/
I.1)Name and addresses
8th Floor, 30-36 Newport Road
Cardiff
CF24 0DE
United Kingdom
E-mail: h.allaway@wales.ac.uk
NUTS code: UKInternet address(es):Main address: http://www.hepcw.ac.uk/
I.1)Name and addresses
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
United Kingdom
E-mail: enquiries@lupc.ac.uk
NUTS code: UKInternet address(es):Main address: http://www.lupc.ac.uk/
I.1)Name and addresses
Albert House, 17 Bloom Street
Manchester
M1 3HZ
United Kingdom
E-mail: sarah.dye@manchester.ac.uk
NUTS code: UKInternet address(es):Main address: https://www.nwupc.ac.uk/
I.1)Name and addresses
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road
Reading
RG6 6BZ
United Kingdom
E-mail: supc@reading.ac.uk
NUTS code: UKInternet address(es):Main address: https://www.supc.ac.uk/
I.1)Name and addresses
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
United Kingdom
E-mail: helpdesk@thecpc.ac.uk
NUTS code: UKInternet address(es):Main address: https://www.thecpc.ac.uk/
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HE Signs and Signage Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NEUPC is looking to establish a new Framework Agreement which is for the provision of signs and signage products and related services. NEUPC intends to award up-to the 7 top ranked bidders to the framework, see the ITT document for full details. As geographic coverage is important, particularly for any under-represented regions, NEUPC reserves the right to increase the numbers of suppliers awarded to the framework to ensure the needs of member universities across the UK are met.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
NEUPC is looking to establish a new Framework Agreement which is for the provision of signs and signage products and related services. The intended outcome is a single lot framework available to the Higher Education Sector and Consortia members via the memberships of the UK University Purchasing Consortia. Service provision will include the supply of various signs and signage, and the provision of an end to end solution for signs and signage products including way finding plus consultancy design, management, supply and installation of signage projects and products. The framework will be made available to all members of participating consortia: their respective memberships (found by following the relevant links) are:
http://www.neupc.ac.uk/our-members
https://www.nwupc.ac.uk/our-members
https://www.supc.ac.uk/about-us/our-members/our-members
http://www.apuc-scot.ac.uk/#!/members
http://www.hepcw.ac.uk/members/
http://www.lupc.ac.uk/member-list and
The framework will be for an initial period of three years, with the option for a further extension period of up-to 12 months to a total period of 4 years. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework is for 36 months with an option for an additional 12 month extension to a maximum of 48 months.
II.2.13)Information about European Union funds
II.2.14)Additional information
The procurement will be conducted via the Delta e-sourcing portal on the notice link. NEUPC is 1 of 6 UK HE purchasing consortia. Consortia membership may change due to realignment or inclusion of new members. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation. NEUPC reserves the right to not proceed to contract, or cancel the tender.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Tenders will be opened on Delta shortly after close date and time by the procurement category manager as applicable.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.
GO Reference: GO-201941-PRO-14698373
VI.4.1)Review body
Phoenix House, 3 South Parade
Leeds
United Kingdom
VI.5)Date of dispatch of this notice: