Tender

Gym and Studio Equipment

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2022/S 000-036240

Procurement identifier (OCID): ocds-h6vhtk-039368

Published 21 December 2022, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

stewartpa@northlan.gov.uk

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