Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.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://www.publictendersscotland.publiccontractsscotland.gov.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
Gym and Studio Equipment
Reference number
NLC-CPT-22-013
two.1.2) Main CPV code
- 37440000 - Fitness equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
North Lanarkshire Council (“NLC”) have made the commitment to improve the health and fitness offering by investing in a new gym equipment across their full suite of gyms. To achieve we will tender our requirements through an Open procedure to create a framework agreement to support the refurbishments at each site.
An overview of the requirements of this tender are to supply, deliver, install, and maintain the below:
Cardiovascular and strength machines, functional and free weight equipment, plate loaded equipment, studio and spin bike equipment and specialist flooring.
There will also be an expectation of the following from successful contractors:
Maintenance of gym equipment will be required throughout the length of the partnership, design and marketing support, staff training.
NLC are looking to forge an ongoing relationship with suppliers to ensure the highest quality of service for customers. On this basis suppliers are expected to provide details of the benefits which they can offer as part of the contract that will have a direct impact on the level of customer service provided both within NLC facilities and within the wider community.
A schedule across a 5 year timespan will allow each health and fitness facility to be improved with a strategic approach of both improving membership sales and customer retention throughout.
It is anticipated that one contractor will not be able to supply all the equipment detailed on the Detail of Requirements. The requirements will be split into four work packages; Cardio and Fixed Strength, Resistance Plate Loaded, Functional, Free Weights and Floor and Studio and Indoor Cycle. One contractor will be appointed to each work package however there will be no limitations on how many work packages can be awarded to a contractor.
two.1.5) Estimated total value
Value excluding VAT: £2,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cardio and Fixed Strength
Lot No
1
two.2.2) Additional CPV code(s)
- 37440000 - Fitness equipments
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The invitation to tender (“ITT”) pack which is accessible (and downloadable) from the Buyer Attachment area within the PCS-T tendering system outlines the requirements and objectives of this lot within the framework.
.
Service delivery must be carried out in accordance with the information provided within this Contract Notice, the ITT Document and the Council's Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Council intends to include an additional 2 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required.
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Resistance Plate Loaded
Lot No
2
two.2.2) Additional CPV code(s)
- 37440000 - Fitness equipments
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The invitation to tender (“ITT”) pack which is accessible (and downloadable) from the Buyer Attachment area within the PCS-T tendering system outlines the requirements and objectives of this lot within the framework.
.
Service delivery must be carried out in accordance with the information provided within this Contract Notice, the ITT Document and the Council's Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Council intends to include an additional 2 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required.
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Functional, Free Weights and Floor
Lot No
3
two.2.2) Additional CPV code(s)
- 37440000 - Fitness equipments
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The invitation to tender (“ITT”) pack which is accessible (and downloadable) from the Buyer Attachment area within the PCS-T tendering system outlines the requirements and objectives of this lot within the framework.
.
Service delivery must be carried out in accordance with the information provided within this Contract Notice, the ITT Document and the Council's Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Council intends to include an additional 2 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required.
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Studio and Indoor Cycle
Lot No
4
two.2.2) Additional CPV code(s)
- 37440000 - Fitness equipments
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The invitation to tender (“ITT”) pack which is accessible (and downloadable) from the Buyer Attachment area within the PCS-T tendering system outlines the requirements and objectives of this lot within the framework.
.
Service delivery must be carried out in accordance with the information provided within this Contract Notice, the ITT Document and the Council's Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Council intends to include an additional 2 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required.
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Full details of the objective rules and criteria for participation are contained within the ITT document. Please refer to I.3 Communication within this Notice.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders should refer to the requirements stated within PCS-Tender.
Minimum level(s) of standards possibly required
Bidders should refer to the requirements stated within PCS-Tender.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders should refer to the requirements stated within PCS-Tender.
Minimum level(s) of standards possibly required
Bidders should refer to the requirements stated within PCS-Tender.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Further information is contained within the tender document suite and can be downloaded from the additional documentation area with the PCS-T portal.
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: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:
A consistency of approach is required to refurbish all 7 gyms with the same equipment at each site. It will take more than 4 years to refurbish all 7 gyms and this framework agreement will facilitate the Council to carry out all the refurbishments required.
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
25 January 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
25 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Part II – Information Concerning the Bidder
A: Information About the Bidder;
B: Information About Representatives of the Bidder;
C: Information About Reliance on the Capacities of Other Entities; and
D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely.
Minimum level(s) of standards required:
The information required in Part II of the SPD (Scotland) is for information only and therefore will not be assessed however the Councils may choose not to select a Bidder that cannot provide basic company information.
Bidders must ensure that they submit appropriate SPD (Scotland) completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the SPD (Scotland).
Part VI – Concluding statements
Minimum level(s) of standards required:
Bidders unable to complete this part of the SPD (Scotland) may be excluded from the competition.
All Tenderers should complete the Qualification, Technical and Commercial Envelopes within the PCS-T System as part of their Tender
Late Tenders will not be considered under any circumstances.
The Council will not provide additional notification to any Bidder of the rejection of a late Tender.
For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council.
The complete Tender (complete with SPD (Scotland)) should be submitted in accordance with the instructions given with the Form of Tender signed by an authorised representative i.e. company director or secretary (as registered within Companies House) or by a person authorised by the Bidder to do so.
The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22600. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
As stated within the ITT.
(SC Ref:709783)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom