UK-Braintree: Park and playground equipment.
UK-Braintree: Park and playground equipment. Section I:
Contracting Authority I.1) Name and
addresses
Braintree District
Council
Causeway House, Blocking End, Braintree, CM7 9HB, United
Kingdom
Tel. +44 1376551414, Email:
paula.jarvis@braintree.gov.uk
Contact: Paula
Jarvis
Main Address:
www.braintree.gov.uk
NUTS Code: UKH3 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:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Park-and-playground-equipment./8ZAC69QYG7
Additional information can be obtained
from: the abovementioned address
Tenders or requests to participate must
be sent electronically via
https://www.delta-esourcing.com/tenders/UK-title/8ZAC69QYG7 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: Playground,
Outdoor Gym, Outdoor Leisure, Splash Park and Urban Play Framework
Reference
Number: Not provided II.1.2) Main CPV
Code: 43325000 - Park and playground
equipment. II.1.3) Type of contract:
SUPPLIES II.1.4) Short description: To
supply, install and maintain playground, outdoor gym, outdoor leisure, splash
park and urban play equipment, and all associated works.
II.1.5)
Estimated total value: Value excluding
VAT: 20,000,000
Currency:
GBP II.1.6) Information about
lots: This contract is divided into lots:
Yes
Tenders
may be submitted for: All lots
Maximum number of lots that may be
awarded to one tenderer: Not provided
The contracting authority reserves the
right to award contracts combining the following lots or groups of lots: Not
provided II.2) Description II.2) Description Lot No. 1
II.2.1)
Title: Playground and Gym equipment
Lot
No: 1
II.2.2)
Additional CPV codes: 37535200 -
Playground equipment. 37535210 -
Playground swings. 37535220 - Playground
climbing apparatus. 37535230 - Playground
merry go rounds. 37535240 - Playground
slides. 37535250 - Playground see
saws. 37535260 - Playground
tunnels. 37535270 - Playground
sandboxes. 37535280 - Playground
bleachers. 43325000 - Park and playground
equipment. 50870000 - Repair and
maintenance services of playground equipment.
II.2.3)
Place of performance: UK UNITED KINGDOM
II.2.4)
Description of procurement: To supply, install and maintain playground, outdoor
gym equipment, and all associated works.
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:
5,000,000
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: No
Description
of renewals: Not provided
II.2.10)
Information about variants: Variants
will be accepted: Yes 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: Not provided
II.2) Description Lot No. 2
II.2.1)
Title: Outdoor Leisure Equipment and areas
Lot
No: 2
II.2.2)
Additional CPV codes: 45236114 - Flatwork
for running tracks. 37416000 - Leisure
equipment. 37452720 - Tennis court
equipment. 45236112 - Flatwork for tennis
court. 45236100 - Flatwork for
miscellaneous sports
installations. 45236110 - Flatwork for
sports fields. 45236200 - Flatwork for
recreation installations. 45236210 -
Flatwork for children's play
area. 37410000 - Outdoor sports
equipment. 37450000 - Field and court
sports equipment. 37451000 - Field sports
equipment. 37453000 - Track sports
equipment. 45112720 - Landscaping work
for sports grounds and recreational
areas. 45212200 - Construction work for
sports facilities. 45212210 -
Single-purpose sports facilities construction
work. 45212220 - Multi-purpose sports
facilities construction work. 45212221 -
Construction work in connection with structures for sports
ground. 45212290 - Repair and maintenance
work in connection with sports
facilities. 45236119 - Repair work on
sports fields. 77320000 - Sports fields
maintenance services. 45212140 -
Recreation installation. 45236290 -
Repair work on recreational
areas. 92000000 - Recreational, cultural
and sporting services. 92330000 -
Recreational-area services.
II.2.3)
Place of performance: UK UNITED KINGDOM
II.2.4)
Description of procurement: To Supply, install and / or maintain Outdoor
Leisure (including running tracks, tennis courts, 3G pitches, MUGA’s,
etc) The list below is not an exhaustive list and will include any other
outdoor leisure requirements currently on the market and any that will come onto
the market during the course of this Framework period. Please note that this Lot
is split into Sub-Lots as per the below •A - Multi Use Games Areas
(MUGA’s) •B - 3G Pitches •C - Running Tracks •D - Athletics Style Areas
(Long Jump, Discus, Javelin, High Jump, etc) •E - Tennis Courts •F - Other
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:
5,000,000
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: No
Description
of renewals: Not provided
II.2.10)
Information about variants: Variants
will be accepted: Yes 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: Not provided
II.2) Description Lot No. 3
II.2.1)
Title: Splash Parks
Lot
No: 3
II.2.2)
Additional CPV codes: 37412000 -
Water-sports equipment. 39370000 - Water
installations. 37535200 - Playground
equipment. 43325000 - Park and playground
equipment. 50870000 - Repair and
maintenance services of playground
equipment. 45212140 - Recreation
installation. 45236200 - Flatwork for
recreation installations. 45236290 -
Repair work on recreational
areas. 92000000 - Recreational, cultural
and sporting services. 92330000 -
Recreational-area services. 37416000 -
Leisure equipment. 37480000 - Machinery
or apparatus for leisure
equipment. 45212100 - Construction work
of leisure facilities. 45242000 -
Waterside leisure facilities construction work.
II.2.3)
Place of performance: UK UNITED KINGDOM
II.2.4)
Description of procurement: To Supply, Install and/or Maintain Splash Parks
(including design, equipment, flooring, etc) The list below is not an
exhaustive list and will include any other splash park requirements currently on
the market and any that will come onto the market during the course of this
Framework period. Please note that this Lot is split into Sub-Lots as per the
below •A - New and replacement spray heads •B - New and replacement
mechanical equipment •C – Flooring •D – Full requirement
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:
5,000,000
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: No
Description
of renewals: Not provided
II.2.10)
Information about variants: Variants
will be accepted: Yes 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: Not provided
II.2) Description Lot No. 4
II.2.1)
Title: Urban Play Equipment (including skates, skateboards, BMX, scooters,
parkour, etc)
Lot
No: 4
II.2.2)
Additional CPV codes: 37535200 -
Playground equipment. 43325000 - Park and
playground equipment. 37416000 - Leisure
equipment. 45212100 - Construction work
of leisure facilities. 45112720 -
Landscaping work for sports grounds and recreational
areas. 45212140 - Recreation
installation. 45236200 - Flatwork for
recreation installations. 45236290 -
Repair work on recreational
areas. 92000000 - Recreational, cultural
and sporting services. 92330000 -
Recreational-area services.
II.2.3)
Place of performance: UK UNITED KINGDOM
II.2.4)
Description of procurement: To Supply, Install and / or Maintain The list below
is not an exhaustive list and will include any other urban play equipment
currently on the market and any that will come onto the market during the course
of this Framework period. •Free-flow concrete structures •Pre-formed
concrete structures •Ramps •Step Posts •Bars, Frames, Grinders &
Beams •Blocks & Boxes •Walls
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:
5,000,000
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: No
Description
of renewals: Not provided
II.2.10)
Information about variants: Variants
will be accepted: Yes 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: Not provided
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:
Not
Provided
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: 65
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: 05/11/2020 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:
05/11/2020 Time:
12:00 Section VI: Complementary
Information VI.1) Information about
recurrence This is a recurrent procurement: No
Estimated timing for further notices to
be published: Not provided 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 Framework Agreement as described above will be
available to all UK public bodies. This includes local authorities, educational
establishments, registered providers and emergency services, NHS bodies, central
government departments and their agencies and also registered charities. See the
following websites for
details: https://www.gov.uk/school-performance-tables https://education.gov.scot/parentzone/find-a-school
https://hwb.gov.wales/
https://gov.wales/statistics-and-research/address-list-of-schools/?lang=en
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.compare-school-performance.service.gov.uk/
https://unistats.ac.uk/institutions/ http://www.police.uk/forces.htm
http://www.psni.police.uk/index.htm
http://www.gov.scot/Topics/archive/law-order/Police/PoliceServiceofScotland
http://www.cfoa.org.uk/12247 http://www.nifrs.org/areas-districts/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.firescotland.gov.uk/your-area.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://online.hscni.net/other-hsc-organisations/
http://www.show.scot.nhs.uk/organisations/
http://www.scottishambulance.com/TheService/organised.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
http://www.oscr.org.uk/ http://www.charitycommissionni.org.uk/
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing For
more information about this opportunity, please visit the Delta eSourcing portal
at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Park-and-playground-equipment./8ZAC69QYG7 To
respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8ZAC69QYG7
VI.4) Procedures for review VI.4.1)
Review
body:
Braintree District Council Causeway
House, Braintree, CM7 9HB, United
Kingdom Tel. +44 1376551414, Email:
paula.jarvis@braintree.gov.uk VI.4.2) Body responsible for
mediation procedures:
Braintree District
Council Causeway
House, Braintree, CM7 9HB, United
Kingdom Tel. +44
1376551414 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: Not provided
VI.5) Date Of Dispatch Of This Notice:
06/10/2020 Annex A