Section one: Contracting authority
one.1) Name and addresses
North York Moors National Park Authority
North York Moors National Park Authority, The Old Vicarage, Bondgate, Helmsley
York
YO62 5BP
Contact
Lucas St John
l.stjohn@northyorkmoors.org.uk
Telephone
+44 1439772700
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.northyorkmoors.org.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA25647
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Design & Installation of a new playground installation at Danby Lodge
two.1.2) Main CPV code
- 37535200 - Playground equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Design and Installation of a new playground installation at Danby Lodge National Park Centre.
two.1.5) Estimated total value
Value excluding VAT: £175,000
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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Danby Lodge National Park Centre, Lodge Lane, Danby, Whitby, YO21 2NB
two.2.4) Description of the procurement
Applications will be reviewed and evaluated shortly after the tender deadline. The evaluation will be on a Most Economically Advantageous Tender (MEAT) basis on a price: quality ratio of 30:70 with the following quality criteria and weighting for which supporting evidence should be supplied in addition to the quotation form; Completion of document, environmental practice, Experience of the team, Evidence of completing similar works, Approach & methodology, Additional value offered.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: Cost / Weighting: 30
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £175,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2023
End date
22 July 2024
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
he budget is 175k, however please consider any additional concepts to include an additional 25k, stating how this would enhance the playground experience (total budget 200k)
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
List and brief description of selection criteria
Completion of documents
Environmental practice
Experience of the team
Evidence of completing similar works
Approach & methodology
Additional value offered
Minimum level(s) of standards possibly required
Evidence of completing similar works
Experience of the team
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
Competitive dialogue
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
4 December 2023
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 December 2023
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
Tender must be valid until: 22 July 2024
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
Supporting documents cover:
Budget, Timeframe, Overview, Location, Brief/specification, Preferences/considerations, Themes, Elements to consider, Visitor insights and data, Planning, Installation/method statement, Other.
The Secondary document 'Invitation to Quote'
Is a detailed document which covers the NYMNPA's legal position, practices including the process, quotations, legalities, insurance, Health and safety along with other elements.
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=230656.
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:230656)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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