Signage Production and Maintenance for Historic Environment Scotland
Historic Environment Scotland require a supplier to produce and deliver various types of high-quality, external-grade graphics and signage to sites across Scotland.
United Kingdom-Edinburgh: Signage
2018/S 152-349079
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Longmore House, Salisbury Place
Edinburgh
EH9 1SH
United Kingdom
Telephone: +44 1316688866
E-mail: beth.shackley@hes.scot
Fax: +44 1316688877
NUTS code: UKM75
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00164
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Signage Production and Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Historic Environment Scotland require a supplier to produce and deliver various types of high-quality, external-grade graphics and signage to sites across Scotland including the Islands. Requirements include interpretive graphics as well as e.g. welcome, pricing and directional signage. Specifications may include e.g. lectern, wall-mounted, rail-mounted and post-mounted signs. This contract will also cover the maintenance of existing HES signage, including e.g. replacing price inserts for welcome signs, fixing new signs to existing posts and fixing graphics to existing lectern frames Maintenance of existing signage is now a priority for HES as we now have a large estate of signs which must be kept up to standard. There will be a significant degree of maintenance required in this contract.
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
II.2.4)Description of the procurement:
Historic Environment Scotland require a supplier to produce and deliver various types of high-quality, external-grade graphics and signage to sites across Scotland including the Islands. Requirements include interpretive graphics as well as e.g. welcome, pricing and directional signage. Specifications may include e.g. lectern, wall-mounted, rail-mounted and post-mounted signs.
This contract will also cover the maintenance of existing HES signage, including e.g. replacing price inserts for welcome signs, fixing new signs to existing posts and fixing graphics to existing lectern frames Maintenance of existing signage is now a priority for HES as we now have a large estate of signs which must be kept up to standard. There will be a significant degree of maintenance required in this contract.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended for another 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
HES use Scotbis, an independent provider of business credit reports, to assess the financial standing of tenderers. The overall aim of this assessment is to ensure, as far as possible, that any potential Supplier will not have financial difficulties that endanger their ability to perform the Contract. If financial information cannot be gained from that source Historic Environment Scotland will request that you provide full audited accounts for the last full financial year. If Suppliers cannot provide any of the assurances as detailed above, and it is determined by HES that your financial strength is not adequate, then your company may not pass the financial evaluation. If you can provide the assurances as detailed above, HES may explore these options with you before determining whether your company can be taken forward in this procurement exercise. Bank details may also be sought to support the above.
With reference to ESPD (Scotland) question 4B.5, it is a requirement of this contract that bidders hold, or can commit to obtain, prior to commencing any subsequently awarded contract, the types and levels of insurance indicated below:
— Employers (compulsory) Liability Insurance: 5 000 000 GBP
— Public Liability Insurance: 5 000 000 GBP
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Following the completion of this contract in 2-4 years, dependent upon extension being granted.
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=552521
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:552521)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=552521
VI.4.1)Review body
Longmore House, Salisbury Place
Edinburgh
EH9 1SH
United Kingdom
Telephone: +44 1316688866
Fax: +44 1316688877Internet address: http://historicenvironment.scot
VI.5)Date of dispatch of this notice: