Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
West Northamptonshire Council
One Angel Square, Angel Street
Northampton
NN1 1ED
UK
Person cyswllt: Sarah Deyes
E-bost: procurement@westnorthants.gov.uk
NUTS: UKF24
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.westnorthants.gov.uk
Cyfeiriad proffil y prynwr: https://in-tendhost.co.uk/wnc/aspx/Home
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/wnc/aspx/Home
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://in-tendhost.co.uk/wnc
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://in-tendhost.co.uk/wnc/aspx/Home
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework Agreement for the Supply, Installation and Maintenance of Hoarding and Graphics Services
Cyfeirnod: WNC00000458
II.1.2) Prif god CPV
45100000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
The Council has a need for hoarding supply, installation and maintenance, alongside graphics design, printing and installation to support its portfolio of vacant development sites. All works under this framework will fall within the West Northamptonshire Local Authority Area. WNC is seeking to establish a framework agreement across two (2) lots. Each lot will have 2 suppliers awarded to it under the framework. These will be the two highest scoring bidders for each lot from this tender. The tender is split into two lots: • Lot 1 – The Supply, Installation and Maintenance of Hoarding • Lot 2 – Graphics Design, Print and Installation ServicesThe framework is for the use of West Northamptonshire Council only. There will be no guarantee of work or volume of work to be given under this contract for either of the lots. Suppliers can tender for one or more lots.The Authority intends to conduct a competition following the restricted procedure.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 600 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 - The Supply, Installation and Maintenance of Hoarding
II.2.2) Cod(au) CPV ychwanegol
34928470
79933000
79800000
44423400
71000000
45100000
II.2.3) Man cyflawni
Cod NUTS:
UKF24
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
The Council has a need for hoarding supply, installation and maintenance, alongside graphics design, printing and installation to support its portfolio of vacant development sites. All works under this framework will fall within the West Northamptonshire Local Authority Area. WNC is seeking to establish a framework agreement across two (2) lots. Each lot will have 2 suppliers awarded to it under the framework. These will be the two highest scoring bidders for each lot from this tender. The tender is split into two lots: • Lot 1 – The Supply, Installation and Maintenance of Hoarding • Lot 2 – Graphics Design, Print and Installation ServicesWhen ordering Services under the Framework Agreement from either lot, the Authority shall: a. identify the relevant Lot which its Works/Services requirements fall into; b. send an Order to the Framework Provider ranked highest following the evaluation of its Tender; c. if the Framework Provider who was ranked highest is not able to provide the Works/Services, send an Order to the Framework Provider ranked next highest); The framework is for the use of West Northamptonshire Council only. There will be no guarantee of work or volume of work to be given under this contract for either of the lots. Suppliers can tender for one or more lots.The Authority intends to conduct a competition following the restricted procedure.Suppliers are invited to complete the SQ and to submit it. The Authority proposes to invite up to 5 Suppliers for each lot with the highest scoring compliant SQ submission to the tender stage. Full details relating to the works are provided in the tender documents. Total contract value:Lot 1 = £400,000Lot 2 = £200,000Variant bids not offered. The Authority proposes to establish a framework agreement across two (2) lots for a period of 24 months with an option to extend for a further 12 months, making 36 months in total.The Authority proposes to call off against Lot 1 and Lot 2 for each individual requirement for works/services. The duration of the call off will be the duration until the works/services are complete. The anticipated start date is 23rd June 2025If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home Supplier Questionnaires must be returned via the Portal. The return date is midday on Friday 28th February 2024. Submissions received after this time and date will not be accepted.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 400 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Framework duration for is 24 months with an option to extend for a further 12 months making 36 months in total.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Highest scoring bidders based on evaluation of scored SQ questions
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - Graphics Design, Print and Installation Services
II.2.2) Cod(au) CPV ychwanegol
34928470
79933000
79800000
44423400
71000000
45100000
II.2.3) Man cyflawni
Cod NUTS:
UKF24
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
The Council has a need for hoarding supply, installation and maintenance, alongside graphics design, printing and installation to support its portfolio of vacant development sites. All works under this framework will fall within the West Northamptonshire Local Authority Area. WNC is seeking to establish a framework agreement across two (2) lots. Each lot will have 2 suppliers awarded to it under the framework. These will be the two highest scoring bidders for each lot from this tender. The tender is split into two lots: • Lot 1 – The Supply, Installation and Maintenance of Hoarding • Lot 2 – Graphics Design, Print and Installation ServicesWhen ordering Services under the Framework Agreement from either lot, the Authority shall: a. identify the relevant Lot which its Works/Services requirements fall into; b. send an Order to the Framework Provider ranked highest following the evaluation of its Tender; c. if the Framework Provider who was ranked highest is not able to provide the Works/Services, send an Order to the Framework Provider ranked next highest); The framework is for the use of West Northamptonshire Council only. There will be no guarantee of work or volume of work to be given under this contract for either of the lots. Suppliers can tender for one or more lots.The Authority intends to conduct a competition following the restricted procedure.Suppliers are invited to complete the SQ and to submit it. The Authority proposes to invite up to 5 Suppliers for each lot with the highest scoring compliant SQ submission to the tender stage. Full details relating to the works are provided in the tender documents. Total contract value:Lot 1 = £400,000Lot 2 = £200,000Variant bids not offered. The Authority proposes to establish a framework agreement across two (2) lots for a period of 24 months with an option to extend for a further 12 months, making 36 months in total.The Authority proposes to call off against Lot 1 and Lot 2 for each individual requirement for works/services. The duration of the call off will be the duration until the works/services are complete. The anticipated start date is 23rd June 2025If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home Supplier Questionnaires must be returned via the Portal. The return date is midday on Friday 28th February 2024. Submissions received after this time and date will not be accepted.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 200 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Authority proposes to establish a framework agreement for a period of 24 months with an option to extend for a further 12 months, making 36 months in total.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Highest scoring bidders based on scored SQ questions
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Applicants will be assessed in accordance with the Public Contract Regulations 2015 and as set out in the ITT documents
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 2
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: not applicable
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/02/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The Authority will observe a minimum ten (10) calendar day standstill period in accordance with the Public Contracts Regulations 2015 following notification of intention to award. The Public Contracts Regulations 2015 set out the potential remedies available to a bidder in the event of a challenge. Proceedings must be brought in accordance with those Regulations including the time period for challenge - usually thirty (30) days from actual or constructive knowledge but which can be extended by the Court in certain circumstances.
VI.5) Dyddiad anfon yr hysbysiad hwn
06/02/2025