Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

South Downs National Park Signage.

  • First published: 14 July 2017
  • Last modified: 14 July 2017
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
South Downs National Park Authority
Authority ID:
AA22148
Publication date:
14 July 2017
Deadline date:
14 August 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supplier manufacturing and installation of 20 South Downs National Park signs at various location across the National Park in weathering steel and wood.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34992200 Road signs Signs and illuminated signs

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alan.brough@southdowns.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.