Construction Tenders

04 May 2025

Related Information

Construction Contract Leads

East Midlands

Category Works

Type

No. of Lots 2

Status Active

Published 6th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dc66
Common Procurement VocabularySite preparation work
Procurement MethodRestricted procedure
Value£600,000
More Tenders »

East Midlands

Category Works

Type

No. of Lots 2

Status Active

Published 6th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dc66
Common Procurement VocabularySite preparation work
Procurement MethodRestricted procedure
Value£600,000

Section I: Contracting authority

I.1) Name and addresses

West Northamptonshire Council

One Angel Square, Angel Street

Northampton

NN1 1ED

Contact

Sarah Deyes

Email

procurement [at] westnorthants.gov.uk

Country

United Kingdom

NUTS code

UKF24 - West Northamptonshire

Internet address(es)

Main address

www.westnorthants.gov.uk

Buyer's address

https://in-tendhost.co.uk/wnc/aspx/Home

I.3) Communication

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

https://in-tendhost.co.uk/wnc/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/wnc

Tenders or requests to participate must be submitted to the above-mentioned 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

https://in-tendhost.co.uk/wnc/aspx/Home

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for the Supply, Installation and Maintenance of Hoarding and Graphics Services

Reference number

WNC00000458

II.1.2) Main CPV code

  • 45100000 - Site preparation work

II.1.3) Type of contract

Works

II.1.4) Short description

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) Estimated total value

Value excluding VAT: £600,000

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

Lot 1 - The Supply, Installation and Maintenance of Hoarding

Lot No

1

II.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 79933000 - Design support services
  • 79800000 - Printing and related services
  • 44423400 - Signs and related items
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45100000 - Site preparation work

II.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire

II.2.4) Description of the procurement

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) 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: £400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Framework duration for is 24 months with an option to extend for a further 12 months making 36 months in total.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Highest scoring bidders based on evaluation of scored SQ questions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2) Description

II.2.1) Title

Lot 2 - Graphics Design, Print and Installation Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 79933000 - Design support services
  • 79800000 - Printing and related services
  • 44423400 - Signs and related items
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45100000 - Site preparation work

II.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire

II.2.4) Description of the procurement

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) 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: £200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

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) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Highest scoring bidders based on scored SQ questions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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


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

Applicants will be assessed in accordance with the Public Contract Regulations 2015 and as set out in the ITT documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

not applicable

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

Date

28 February 2025

Local time

12:00pm

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

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.