web-banner-marketing2

Market Leads & Opportunities

Signage Consultancy, Production & Installation

Type of document: Contract Notice
Country: United Kingdom

Section I: Contracting authority
I.1) Name and addresses
Official name: North East Scotland College
Postal address: Aberdeen City Campus, Gallowgate
Town: Aberdeen
Postal code: AB25 1BN
Country: United Kingdom
Telephone: +44 3003305550
Email: procurement@nescol.ac.uk
Internet address(es):
Main address: www.nescol.ac.uk
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Signage Consultancy, Production & Installation

Reference number: NESCOL-SIGN-2024
II.1.2) Main CPV code: 34928470
II.1.3) Type of contract:
SUPPLIES
II.1.4) Short Description:
Invitation to tender for the provision of signage consultancy, production and installation services at North East Scotland College

II.1.5) Estimated total value:
Value excluding VAT: 135000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Aberdeen City and Aberdeenshire

II.2.4) Description of the procurement:

Invitation to tender for the provision of signage consultancy, production and installation services at North East Scotland College

II.2.5) Award criteria
Criteria below
Quality criterion -Name: On-site Representative / Consultancy/Weighting:15Quality criterion -Name: 3D CAD / Visualisation Services/Weighting:10Quality criterion -Name: Technical and Professional Ability/Weighting:10Quality criterion -Name: Production and Supply – Product Range, Facilities, Capabilities/Weighting:5Quality criterion -Name: Installation – Costs, Personnel, Qualifications/Weighting:5Quality criterion -Name: Maintenance and Inspection/Weighting:5Quality criterion -Name: Contract Management – Key Personnel/Weighting:5Quality criterion -Name: Quality, Health, Safety and Security, Environment and Sustainability, Governance & Compliance/Weighting:5Quality criterion -Name: Sub-contractor Management / Maintaining Capacity/Weighting:2Quality criterion -Name: Service Delivery – Continuous Improvement/Weighting:2Quality criterion -Name: Account Management – Billing Formats/Weighting:1
Price – Weighting:35
II.2.6) Estimated value:
Value excluding VAT: 135000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:
Two optional 12 month extensions – at the discretion of the purchaser

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:
Two optional 12 month extensions – at the discretion of the purchaser

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:
Two optional 12 month extensions – at the discretion of the purchaser

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:
Selection criteria as stated in the procurement 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

III.2.2) Contract performance conditions:
As stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.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: 2024-06-10 Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitEN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-06-11 Local time: 08:00 Place:
Aberdeen

Information about authorised persons and opening procedure:
Procurement Manager – Sheila Howitt
Procurement Officer – Mark Davidson
Electronic Download of Submission(s)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
(SC Ref:766376)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Aberdeen Civil Justice Centre & Commercial Courts
Postal address: Castle Street
Town: Aberdeen
Postal code: AB10 1WP
Country: United Kingdom
Telephone: +44 1224657200
E-mail: aberdeen@scotcourts.gov.uk
VI.5) Date of dispatch of this notice:2024-05-10