UK-Leeds: Signage.

UK-Leeds: Signage.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871752, Email: admin@neupc.ac.uk
Contact: Paul Eagleton
Main Address: http://neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://neupc.delta-esourcing.com/
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
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: HE Signs and Signage Framework
Reference Number: EFM2023NE
II.1.2) Main CPV Code:
34928470 - Signage.

II.1.3) Type of contract: SERVICES
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 Seven 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:
Value excluding VAT: 8,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
22314000 - Designs.
31523000 - Illuminated signs and nameplates.
31523200 - Permanent message signs.
34924000 - Variable message signs.
34992000 - Signs and illuminated signs.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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 https://www.thecpc.ac.uk/. The framework will be for an initial period of three years, with the option for a further extension period of up-to twelve months to a total period of four 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:
Criteria below
Quality criterion - Name: Management & Technical / Weighting: 15
Quality criterion - Name: Marketing / Weighting: 5
Quality criterion - Name: Supply & Delivery, Installation / Weighting: 20
Quality criterion - Name: Design Scenarios / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Project Management / Weighting: 20
Quality criterion - Name: Warranty and Support / Weighting: 10

Cost criterion - Name: Pricing Schedule Section two - schedule of hourly rates / Weighting: 70
Cost criterion - Name: Pricing Schedule Section three - product pricing / Weighting: 30
Cost criterion - Name: (Note the overall ITT Quality/Price weighting is 70 Quality / 30 Price.) / Weighting: 0

II.2.6) Estimated value:
Value excluding VAT: 8,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Framework is for 36 months with an option for an additional 12 month extension to a maximum of 48 months.
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: The Procurement will be conducted via the Delta e-sourcing portal on the notice link. NEUPC is one of six 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) 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 7
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: Yes
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: 07/05/2019 Time: 16:00

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): 4

IV.2.7) Conditions for opening of tenders:
Date: 08/05/2019
Time: 09:00


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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Signage./9P3M9MU73R

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/9P3M9MU73R
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC LTD
Phoenix House, 3 South Parade, Leeds, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/04/2019

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
APUC (Advanced Procurement for Universities & Colleges)
APUC Limited, Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
Email: enquiries@apuc-scot.ac.uk
Main Address: http://www.apuc-scot.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
HEPCW (Higher Education Purchasing Consortium, Wales)
8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Email: h.allaway@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
LUPC (London Universities Purchasing Consortium)
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Email: enquiries@lupc.ac.uk
Main Address: http://www.lupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
NWUPC (North West Universities Purchasing Consortium)
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: sarah.dye@manchester.ac.uk
Main Address: https://www.nwupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
SUPC (Southern Universities Purchasing Consortium)
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Crescent Purchasing Ltd (CP Ltd)
Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
Email: helpdesk@thecpc.ac.uk
Main Address: https://www.thecpc.ac.uk/
NUTS Code: UK