By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

To provide a high quality, value for money, sports equipment supply and vending service for the Cheshire East Leisure Facilities.Vending provision is the desired solution to reduce interactions between customers and staff and to make the goods for ...

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cheshire East Borough Council
Corporate Procurement Unit, Westfields, Middlewich Road
For the attention of: Steve Mellor
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686439
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Sports Equipment Vending and Vended Sports Equipment Contract
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Leisure facilities within the borough of Cheshire East.

NUTS code UKD2

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
To provide a high quality, value for money, sports equipment supply and vending service for the Cheshire East Leisure Facilities.
Vending provision is the desired solution to reduce interactions between customers and staff and to make the goods for sale more visible to help drive sales.
There are 5 primary sites where we intend to install machines.
The vending machines must be provided through an acceptable Finance Lease arrangement. The Finance Lease should be for a period of 4 years, running concurrently with the period for the supply of machines and payable quarterly.
II.1.5)Common procurement vocabulary (CPV)

37400000, 42933000, 42933300

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 235 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Financial Evaluation - Primary Sites. Weighting 17
2. Financial Evaluation - Basket of Goods. Weighting 10
3. Financial Evaluation - Discount. Weighting 8
4. Qualitative Evaluation - Service Delivery Methodology - Vending Machines. Weighting 12
5. Qualitative Evaluation - Service and Maintenance. Weighting 5
6. Qualitative Evaluation - Fault Prevention. Weighting 5
7. Qualitative Evaluation - Flexibility to Accommodate Vended Products. Weighting 5
8. Qualitative Evaluation - Finance Lease. Weighting 2
9. Qualitative Evaluation - Service Delivery Methodology Vended Sports Equipment. Weighting 10
10. Qualitative Evaluation - Packaging. Weighting 5
11. Qualitative Evaluation - Service Issues. Weighting 5
12. Qualitative Evaluation - Marketing / Promotional Support. Weighting 5
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
NWCE-8QTMH4
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2012/S 139-232418 of 21.7.2012

Section V: Award of contract

Contract No: 1 Lot title: Sports Equipment Vending and Vended Sports Equipment Contract
V.1)Date of contract award decision:
10.12.2012
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Toggshop Ltd
5 Sky Business Park Eversley Way
TW20 8RF Egham
UNITED KINGDOM

V.4)Information on value of contract
Total final value of the contract:
Value: 235 000 GBP
Excluding VAT
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
Within the Criteria Weightings section the following criteria should read as follows:
Financial Evaluation - Primary Sites - 17.5%
Qualitative Evaluation - Service Delivery Methodology - Vending Machines - 12.5%
(This has been clarified as the form restricts the use of decimal places).
The value given in this notice is for the 4 year contract period and includes the value of the anticipated maximum spend for equipment purchased over the 4 year period.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

The Royal Courts of Justice
The Strand
WC2A 2LL LONDON
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

The Royal Courts of Justice
The Strand
WC2A 2LL LONDON
UNITED KINGDOM
Telephone: +44 2079476000

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority incorporated a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice was communicated to tenderers. The award decision notice specified the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and specified when the standstill period ended or the date before which the contracting authority would not conclude the contract/frameworkagreement. If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the contracting authority to amend any document and may award damages.
If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.3.3)Service from which information about the lodging of appeals may be obtained

The Royal Courts of Justice
The Strand
WC2A 2LL LONDON
UNITED KINGDOM
Telephone: +44 2079476000

VI.4)Date of dispatch of this notice:
17.12.2012