Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 4

Status Active

Published 6th Dec 2023

Tender Details
Referenceocds-h6vhtk-038963
Common Procurement VocabularySignage
Procurement MethodOpen procedure
Value£5,000,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 4

Status Active

Published 6th Dec 2023

Tender Details
Referenceocds-h6vhtk-038963
Common Procurement VocabularySignage
Procurement MethodOpen procedure
Value£5,000,000

Section I: Contracting authority

I.1) Name and addresses

Scotland Excel

Renfrewshire House

Paisley

PA1 1AR

Contact

Richard Bridgen

Email

oss [at] scotland-excel.org.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Delivery of Road Signage Materials

Reference number

2222

II.1.2) Main CPV code

  • 34928470 - Signage

II.1.3) Type of contract

Supplies

II.1.4) Short description

This contract notice is in relation to a framework opportunity for the Supply and Delivery of Road Signage Materials

II.1.5) Estimated total value

Value excluding VAT: £5,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Permanent Road Signage and Associated Products

Lot No

1

II.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 31523000 - Illuminated signs and nameplates
  • 31523200 - Permanent message signs
  • 34924000 - Variable message signs
  • 45233290 - Installation of road signs
  • 45316211 - Installation of illuminated road signs

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland

II.2.4) Description of the procurement

This Contract Notice is in relation to a renewal framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £2,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12 month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Temporary Road Signs and Associated Products

Lot No

2

II.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 45316211 - Installation of illuminated road signs
  • 45233290 - Installation of road signs
  • 34924000 - Variable message signs
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland

II.2.4) Description of the procurement

This Contract Notice is in relation to a framework opportunity for Temporary Road Signs and Associated Products

For further information regarding the evaluation of this lot, please refer to the “2222 Instructions and Information to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £400,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12

month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Road signposts and associated products

Lot No

3

II.2.2) Additional CPV code(s)

  • 45316211 - Installation of illuminated road signs
  • 45233290 - Installation of road signs
  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 31523000 - Illuminated signs and nameplates

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Contract Notice is in relation to a framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £1,850,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12

month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

electronic road signage and associated products

Lot No

4

II.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 31523000 - Illuminated signs and nameplates
  • 31523200 - Permanent message signs
  • 34924000 - Variable message signs
  • 45233290 - Installation of road signs
  • 45316211 - Installation of illuminated road signs

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Contract Notice is in relation to a framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £750,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12 month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

INSURANCE REQUIREMENTS:

It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence.

PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence, and in the aggregate in respect of Products.

MOTOR VEHICLE INSURANCE = a minimum indemnity level of 1 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.

III.1.3) Technical and professional ability

List and brief description of selection criteria

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely on to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES:

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS:

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES:

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (to the extent

known or settled at this stage), please see the procurement documents (details of how to access these being set out in section “I.3)

Communication” of this Contract Notice).

It should be noted that, in accordance with Regulations 20 (7) and 20 (8) of the Public Contracts (Scotland) Regulations 2015, Scotland

Excel may, where it is considered necessary, impose conditions for the performance of the contract by a group of economic operators

which are different from those imposed on individual participants (for example Scotland Excel may require the group of economic

operators to be jointly and severally liable for the performance of the contract), and may require groups of economic operators to assume a

specific legal form for the purposes of the award of the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 10

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

This is at the discretion of each Scotland Excel Council, Associate Member or other bodies Participating and applicable requirements will be set out by them during the procedure for the call-off of a contract under this proposed framework agreement (subject to law).

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: 2022/S 000-033890

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

17 January 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

17 January 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and

successor bodies):

- The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx;

- Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education

sector in Scotland and their associated and affiliated bodies;

- NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards,

Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated

Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.

- Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx;

- any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access

agreement with Scotland Excel.

Retrospective rebates apply to this framework. For further details, please see the Special Conditions of Contract

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each

contracting authority entitled to use this proposed framework agreement. This will be settled by them during call-off of a contract under

this proposed framework agreement.

IMPORTANT NOTE FOR TENDERERS: For some lots particular requirements apply, including but not limited to, a Minimum Bid

Requirement for ALL Lots, and the requirement to evidence conformance with the Tender Specification in all lots . Bids MAY be excluded

from evaluation (in whole, or in part) if they do not include the information required in accordance with instructions given. Bids may be

subject to a specific EVALUATION APPROACH in particular circumstances detailed in the instructions.

Further detailed information and instructions are contained within the tender documents

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23926. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:

* Targeted recruitment and training

* Community engagement

As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this framework.

(SC Ref:729129)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland)Regulations 2015 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session.