Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Downs National Park Authority
South Downs Centre, North Street, West Sussex
Midhurst
GU29 9DH
UK
Contact person: Alan Brough
Telephone: +44 1730819202
E-mail: alan.brough@southdowns.gov.uk
NUTS: UKJ2
Internet address(es)
Main address: https://www.southdowns.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/southdowns/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/southdowns/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
South Downs National Park Signage.
II.1.2) Main CPV code
34992200
II.1.3) Type of contract
Supplies
II.1.4) Short description
South Downs National Park Authority (SDNPA) is conducting a procurement for the purpose of procuring the services of a signage contractor to supply, deliver and install eleven different sign design variations over 20 chosen sites within the South Downs National Park.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ21
UKJ22
UKJ25
UKJ35
UKJ36
II.2.4) Description of the procurement
Supplier manufacturing and installation of 20 South Downs National Park signs at various location across the National Park in weathering steel and wood.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
11/09/2017
End:
31/03/2018
This contract is subject to renewal: Yes
Description of renewals:
Possible extension to include 8 further signs in 2018/19 and 8 further signs in 2019/20.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Possible extension to include 8 further signs in 2018/19 and 8 further signs in 2019/20.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
Are you able to provide a copy of your audited accounts for the last 2 years, if requested?
If no, can you provide one of the following: answer with Y/N in the relevant box.
Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Y/N
Minimum level(s) of standards required:
Bidders will be required to have a minimum ‘general’ yearly turnover of 250 000 GBP for the last 3 years:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 10 000 000 GBP
Professional Indemnity Insurance = £N/A
Product Liability Insurance = 10 000 000 GBP
* It is a legal requirement that all companies hold Employer's (Compulsory) Liability Insurance of 5 000 000 GBP as a minimum. Please note this requirement is not applicable to Sole Traders.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Relevant experience and contract examples
Please provide details of up to 3 contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to our requirement. VCSEs may include samples of grant-funded work. Contracts for supplies or services should have been performed during the past three years. Works contracts may be from the past 5 years.
The named contact provided should be able to provide written evidence to confirm the accuracy of the information provided below.
Consortia bids should provide relevant examples of where the consortium has delivered similar requirements. If this is not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle is to be created for this contract) then 3 separate examples should be provided between the principal member(s) of the proposed consortium or Special Purpose Vehicle (three examples are not required from each member).
Where the Supplier is a Special Purpose Vehicle, or a managing agent not intending to be the main provider of the supplies or services, the information requested should be provided in respect of the main intended provider(s) or sub-contractor(s) who will deliver the contract.
Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?
Minimum level(s) of standards required:
To achieve a pass contractors must be able to demonstrate experience in 2 similar contracts within the last 3 years.
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
or
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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.
Health and Safety Procedures
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
or
4a The bidder must have 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.
Note — Organisations with fewer than five employees are not required by law to have a documented policy statement.
4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/08/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/08/2017
Local time: 12:00
Place:
Midhurst, West Sussex.
Information about authorised persons and opening procedure:
Alan Brough, Head of Business Services; Hayley Stevenson, Purchasing Officer.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
South Downs National Park Authority
Midhurst
UK
VI.5) Date of dispatch of this notice
11/07/2017