Supply and Delivery of Fitness Equipment Glasgow
Range: between 1 600 000 and 2 200 000 GBP.
UK-Glasgow: fitness equipments
2012/S 50-081483
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Glasgow City Council
Corporate Procurement Unit, City Chambers, George Square
For the attention of: Claire Connell
G2 1DU Glasgow
UNITED KINGDOM
Telephone: +44 1412876405
E-mail: Claire.Connell@glasgow.gov.uk
Fax: +44 1412879399
Internet address(es):
General address of the contracting authority: www.glasgow.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Other: Glasgow Life
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Supply, Delivery and Installation of Fitness Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Glasgow Life / Glasgow City Council – Glasgow and the surrounding area.
NUTS code UKM34
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 600 000 and 2 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
This framework agreement is for the supply, delivery and installation of fitness equipment, and has been separated into 5 lots. Lot 1 – Cardiovascular, Fixed Strength Resistance and Functional Resistance / Personal Training Equipment. Lot 2 – Plate Loaded and Free Weights. Lot 3 – Group Cycling. Lot 4 – Vibration Technology. Lot 5 – Fitness Ancillary Equipment.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: The Framework Agreement will run for 36 months, with the option to extend for a period of up to a further 12 months.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Cardiovascular, Fixed Strength Resistance and Functional Resistance / Personal Training Equipment
1)Short description
The supply, delivery and installation of cardiovascular, fixed strength resistance and functional resistance / personal training equipment.
2)Common procurement vocabulary (CPV)
37440000, 37441400, 37441100, 37441900, 37441200, 37441300
3)Quantity or scope
Estimated value excluding VAT:
Range: between 900 000 and 1 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 2 Lot title: Plate Loaded and Free Weights
1)Short description
The supply, delivery and installation of plate loaded and free weights.
2)Common procurement vocabulary (CPV)
37440000, 37442400, 37442100, 37442900, 37442200
3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 3 Lot title: Group Cycling Equipment
1)Short description
The supply, delivery and installation of group cycling equipment.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 4 Lot title: Vibration Technology
1)Short description
The supply, delivery and installation of vibration technology.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 5 Lot title: Fitness Ancillary Equipment
1)Short description
The supply, delivery and installation of fitness ancillary equipment.
2)Common procurement vocabulary (CPV)
37440000, 37442100, 37441700
3)Quantity or scope
Estimated value excluding VAT:
Range: between 250 000 and 350 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~:
1. Register your company on the eSourcing portal (this is only required once) – Browse to the eSourcing Portal:
https://glasgow.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All information is contained within the Invitation to Tender documentation.
Minimum level(s) of standards possibly required: All information is contained within the Invitation to Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All information is contained within the Invitation to Tender documentation.
Minimum level(s) of standards possibly required:
All information is contained within the Invitation to Tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
GCC002631CPU
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
17.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This Framework Agreement is for the Supply, Delivery and Installation of Fitness Equipment, and has been separated into 5 Lots. Lot 1 – Cardiovascular, Fixed Strength Resistance and Functional Resistance / Personal Training Equipment. Lot 2 – Plate Loaded and Free Weights. Lot 3 – Group Cycling. Lot 4 – Vibration Technology. Lot 5 – Fitness Ancillary Equipment. The Framework Agreement will run for 3 years, with the option to extend for a period of up to a further 12 months. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Glasgow City Council will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be required from the procurement officer (see details in Section 1.1 of the contract notice). If an appeal regarding the award of the contract has not been successfully resolved the public Contracts (Scotland) Regulations 2006 (SS) 1 2006 No 1) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:7.3.2012