Supply and Installation of Branded Signage
Choice Hosuing Ireland wish to rebrand all existing external branded signage at communal schemes which refers to legacy associations following recent mergers.
United Kingdom-Belfast: Signage
2016/S 102-181523
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
37-41 May Street
Belfast
BT1 4DN
UNITED KINGDOM
Contact person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
E-mail: contracts@choice-housing.org
NUTS code: UKN
Internet address(es):
Main address: http://www.choice-housing.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Manufacture, supply and installation of branded signage for Choice Housing Ireland.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Choice Hosuing Ireland wish to rebrand all existing external branded signage at communal schemes which refers to legacy associations following recent mergers. Essentially this project will focus on creating new external branded signage for installation at communal schemes which already have legacy association signage in situ. The need for this project arises from the fact that there is a number of schemes with obsolete association signage, the resultant effect of this is such that they are impacting negatively upon the visual character of the schemes and Association. There will then be a requirement for signage of a call off basis.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
All Choice Housing Ireland schemes across Northern Ireland.
II.2.4)Description of the procurement:
Removal of legacy Associations external branded signage from approximately 400 schemes across Northern Ireland and supply, manufacture and installation of replacement external signage boards.— Removal of legacy branding and make good of existing surfaces.
Manufacture, Supply and Installation of new signage boards, including scheme signage, ‘to let’ boards etc. for ‘call off’, phase 2, as and when required.
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
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Detailed in the ITT documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
UNITED KINGDOM
VI.5)Date of dispatch of this notice:
Related Posts
Develop Wayfinding Maps for Stoke-on-Trent
Supply and Installation of Variable Message Signs
Supply Traffic Signage to Rotherham Council
Transport for London Signage and Display Framework