Section one: Contracting authority
one.1) Name and addresses
Merthyr Tydfil County Borough Council
Civic Centre
Merthyr Tydfil
CF47 8AN
Telephone
+44 1685725000
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0347
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
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
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Playgrounds Installation Framework
two.1.2) Main CPV code
- 37535200 - Playground equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Merthyr Tydfil County Borough Council is seeking tenders from reputable and experienced Contractors for the supply and install of playground equipment and related groundworks to various existing playgrounds in the County Borough.
two.1.5) Estimated total value
Value excluding VAT: £2,072,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 37535200 - Playground equipment
- 43325000 - Park and playground equipment
- 45112723 - Landscaping work for playgrounds
- 50870000 - Repair and maintenance services of playground equipment
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
Main site or place of performance
Within the County Borough of Merthyr Tydfil
two.2.4) Description of the procurement
The Council currently manages 51 fixed play areas throughout the county borough. Many of these facilities are coming to the end of their useful life and in need of refurbishment. The Council recognises the importance of play for the health and wellbeing of children and young people and for physical, social, mental and emotional aspects of life
In August 2021 the Council set aside capital provision to allow a refurbishment programme over five years
An accelerated capital programme was approved by Council in March 2022. This means a capital spend of 518,000 GBP per annum over the five year period. This accelerated programme will enable the council to refurbish between 5 and 7 sites per year (depending on value) for the next four years based on an approximate cost of 70,000 GBP to 100,000 GBP per site for a standard Locally Equipped Area for Play (LEAP). Where a Neighbourhood Equipped Area for Play (NEAP) has been recommended the minimum cost per site should be between 140,000 GBP and 200,000 GBP per site. There are six NEAP sites recommended on the priority list.
The selection and prioritisation of sites has been based on condition surveys, inspections and from assessing other factors such as the extent of repairs required, age, condition, realistic lifespan and play value.
The scope is contained in the attached specification document
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,072,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 3
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 May 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Contained in Tender Documentation
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=129929
(WA Ref:129929)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom