Tender for the Supply of a High Ropes Course
Tender for the Supply, Installation, Maintenance and Warranty of a High Ropes Course at Crosby Lakeside Adventure Centre.
United Kingdom-Bootle: Recreation installation
2015/S 150-276902
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sefton Council
Central Procurement Unit, 7th floor Merton House, Stanely Road
For the attention of: Mr Chris Magee
L20 3UU Bootle
UNITED KINGDOM
Telephone: +44 1519344069
E-mail: chris.magee@sefton.gov.uk
Fax: +44 1519344579
Internet address(es):
General address of the contracting authority: http://www.sefton.gov.uk
Address of the buyer profile: n/a
Electronic access to information: www.the-chest.org.uk
Electronic submission of tenders and requests to participate: www.the-chest.org.uk
Further information can be obtained from: Sefton Council
Central Procurement Unit, 7th floor Merton House, Stanely Road
For the attention of: Mr Chris Magee
L20 3UU Bootle
UNITED KINGDOM
Telephone: +44 1519344069
E-mail: chris.magee@sefton.gov.uk
Fax: +44 1519344579
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sefton Council
Central Procurement Unit, 7th floor Merton House, Stanely Road
For the attention of: Mr Chris Magee
L20 3UU Bootle
UNITED KINGDOM
Telephone: +44 1519344069
E-mail: chris.magee@sefton.gov.uk
Fax: +44 1519344579
Tenders or requests to participate must be sent to: Sefton Council
Central Procurement Unit, 7th floor Merton House, Stanely Road
For the attention of: Mr Chris Magee
L20 3UU Bootle
UNITED KINGDOM
Telephone: +44 1519344069
E-mail: chris.magee@sefton.gov.uk
Fax: +44 1519344579
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKD53
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The nature of this contract is to engage with a provider to safely and efficiently design, install, maintain and warrant a High Ropes Course with developmental elements and aerial trails at Crosby Lakeside Adventure Centre, Cambridge Rd, Waterloo, Merseyside, L22 1RR and train a number of operational staff in its safe use. It is envisaged that the course should be operational by April 2016 with a period of training prior to it’s opening.
The design of the course should be sympathetic to the needs of individuals with disabilities including both learning and physical. More information about the Centre and it’s existing facilities can be found here: http://www.crosbylakeside.co.uk/
II.1.6)Common procurement vocabulary (CPV)
45212140, 45242000, 37416000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The nature of this contract is to engage with a provider to safely and efficiently design, install, maintain and warrant a High Ropes Course with developmental elements and aerial trails at Crosby Lakeside Adventure Centre, Cambridge Rd, Waterloo, Merseyside, L22 1RR and train a number of operational staff in its safe use. It is envisaged that the course should be operational by April 2016 with a period of training prior to it’s opening.
The design of the course should be sympathetic to the needs of individuals with disabilities including both learning and physical. More information about the Centre and it’s existing facilities can be found here: http://www.crosbylakeside.co.uk/
Estimated value excluding VAT: 250 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Details provided in the tender document.
III.2.3)Technical capacity
Bidders are questioned in the tender document as to available resources and experience.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 15
2. The period of defect warranty cover for structural, moving parts and composites. Weighting 25
3. The aesthetic appearance of the proposed structure within the site available. Weighting 10
4. Resources, experience and added value. Weighting 15
5. Quality and safety management systems. Weighting 10
6. Product quality. Weighting 25
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenders will be opened in the Chest Portal by an officer of the Council’s Democratic Services team.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: