Tender

Playground equipment

  • Frome Town Council

F02: Contract notice

Notice identifier: 2023/S 000-012851

Procurement identifier (OCID): ocds-h6vhtk-03c675

Published 4 May 2023, 4:40pm



The closing date and time has been changed to:

18 June 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Frome Town Council

Christchurch Street West

Frome

BA11 1EB

Contact

Rob Holden

Email

rholden@frometowncouncil.gov.uk

Telephone

+44 7714264274

Country

United Kingdom

NUTS code

UKK23 - Somerset

Internet address(es)

Main address

https://www.frometowncouncil.gov.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42987

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Playground equipment

two.1.2) Main CPV code

  • 45112723 - Landscaping work for playgrounds

two.1.3) Type of contract

Works

two.1.4) Short description

Project is for the refresh of an existing play area and covers a full redesign of the space including play features, social spaces, planting and ground works to improve drainage

two.1.5) Estimated total value

Value excluding VAT: £150,000

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
  • 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
  • 43325000 - Park and playground equipment
  • 45112723 - Landscaping work for playgrounds

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset
Main site or place of performance

Frome Showfield behind Frome Medical practice

two.2.4) Description of the procurement

The Play Area in the Old Showfield is Frome’s largest public play space, but due to a combination of unusually wet ground conditions, the materials used and the age of the play structures, nearly all the play installations have now been retired.

Frome Town Council are looking for an experienced and reputable Play Company to support the redevelopment of the play offer on the site. See link for location

https://goo.gl/maps/thNuC8xXB5Y3mcRCA

The development will consider the recommendations from the Frome Play Strategy https://www.frometowncouncil.gov.uk/wp-content/uploads/2022/02/Play-Strategy-for-Frome-2021-2025.pdf.

Our aim is to create a highly engaging play destination that surprises and inspires. We are encouraging play responses that are bold and innovative that focus on the play outcomes and experiences rather than delivering specific play equipment items.

Key principles from this strategy include:

Ensuring inclusivity - play options included that promote access for all

Encourage a sense of safe and social space, promoting permission to play and belonging

Nurture incidental play

Provoke innovation and adventure

Offers variety and a range of risks and challenge

As additional context to inform the design process we have a summary of the views of users of the play area gained from a series of Community Engagement sessions in the summer of 2022 - see supporting document: https://www.frometowncouncil.gov.uk/wp-content/uploads/2023/03/Old-Showfield-engagement-findings.pdf

The references to individual play items are again a guide helping to inform thoughts about play experiences rather than literal suggestions for named play installations.

In addition to the play installations the scope of the tender includes undertaking the necessary investigations, design and ground works to address the pooling of water, through site reprofiling (design of the surfacing and sub-base) to eliminate a bottom bowl and providing run-off through standard land drains. Additional information providing a topographical survey and information on underground utilities will be provided as part of the package of information for tendering. The full scope of the works will be explained at an on-site briefing meeting on 27 April to be held at 11am at the Play Area.

Due to the high soil moisture content, play installations should consider the need for longevity, low maintenance and avoidance of rot (minimising/excluding use of wood structurally especially in ground, though wood cladding is an attractive and viable option)

The successful tenderer shall ensure that all equipment and surface finishes meet the necessary safety and play equipment standards. They will provide details of warranty and maintenance offered as part of the proposals.

The successful tenderer shall also obtain all necessary statutory approvals that may be required.

The tender will include for the removal and disposal of all existing equipment, surfacing and other waste materials and installation of new equipment to include surfacing and making good as required. The site is located in the middle of a public park and consideration should be given to protection of the site and works during the construction and installation of the drainage, equipment and surfacing.

The awarded company will work closely with Frome Town Councils Officers, the council’s Employers’ Agents overseeing the works, and the Council Rangers.

two.2.5) Award criteria

Quality criterion - Name: A solution that is innovative, creative, has inclusivity at its cord, follows the Frome Town Play strategy and is tailored to the setting (custom not off-the-peg) / Weighting: 25

Quality criterion - Name: Proven track record of delivering at this scale / Weighting: 10

Quality criterion - Name: A design that has inclusivity and accessibility at its core / Weighting: 10

Quality criterion - Name: A solution that is tailored to the setting (custom not off-the-peg) / Weighting: 10

Quality criterion - Name: A design that minimizes waste and promotes sustainability / Weighting: 10

Quality criterion - Name: Examples of a wide portfolio or works / Weighting: 5

Quality criterion - Name: A design with a lifespan of at least 15 years / Weighting: 5

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 September 2023

End date

22 December 2023

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Delivery to budget and to timescale

Installation are guaranteed for a defined period against failure and rot


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

16 June 2023

Local time

5:00pm

Changed to:

Date

18 June 2023

Local time

5:00pm

See the change notice.

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

19 June 2023

Local time

9:00am

Place

Frome Town Hall

Information about authorised persons and opening procedure

Tenders will be opened in the presence of two FTC officers


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

We are working with Easton Bevins who are acting as our Employers Agent who will be our professional advisor on the groundworks - the nature of the solution and reviewing compliance for managing the the works. They can be contacted at any stage to review options.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229246.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:229246)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit