Type of document: Contract Notice
Country: United Kingdom
UK-Stoke-on-Trent: Road markings.
Section I: Contracting Authority
I.1) Name and addresses
Soke-on-Trent City Council
Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
Email: debbie.cramphorn@stoke.gov.uk
Main Address: , Address of the buyer profile:
NUTS Code: UKG23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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 abovementioned address
Tenders or requests to participate must be sent electronically via to the abovementioned 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: Not provided
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: Road Markings call off framework
Reference Number: PGP2017/265*
II.1.2) Main CPV Code:
34922100 – Road markings.
II.1.3) Type of contract: WORKS
II.1.4) Short description: To set up a 4 year framework for the provision of road markings, for both renewals and new road marking schemes as identified throughout the City. This will include items, such as waiting restrictions, centre lines, residential parking schemes, give way lines etc. T
II.1.5) Estimated total value:
Value excluding VAT: 200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG23 Stoke-on-Trent
II.2.4) Description of procurement: To set up a 4 year framework for the provision of road markings, for both renewals and new road marking schemes as identified throughout the City. This will include items, such as waiting restrictions, centre lines, residential parking schemes, give way lines etc. T
II.2.5) Award criteria:
Criteria below
Quality criterion – Name: Criterion 1 / Weighting: 300
Cost criterion – Name: Criterion 1 / Weighting: 700
II.2.6) Estimated value:
Value excluding VAT: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: 2+1+1 years option to take up.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: This is an open tender that will be conducted on the e-tendering portal Bravo Solutions. To access the tender documents please register on the portal at :-
www.iewm.bravosolution.co.uk/sotandstaffordshireauthorities
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:
NRSWA certification
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
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: 8
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/05/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 19/05/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This OPEN tender will be conducted on the e-tendering portal Bravo Solutions. To access the tender documents please register at :-
www.iewm.bravosolution.co.uk/sotandstaffordshireauthorities
To view this notice, please click here:
VI.4) Procedures for review
VI.4.1) Review body:
Stoke-on-Trent City Council
Corporate Procurement, City Director’s Office,Civic Centre, Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232448
Internet address: www.stoke.gov.uk
VI.4.2) Body responsible for mediation procedures:
Stoke-on-Trent City Council
Corporate Procurement,City Director’s Office, Civic Centre, Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232448
Internet address: www.stoke.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Stoke-on-Trent City Council
Corporate Procurement,City Director’s Office,Civic Centre Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232448
VI.5) Date Of Dispatch Of This Notice: 11/04/2017
Annex A