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

Fitness and Strength and Conditioning Equipment PROC JG ITT/550.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

University of Nottingham
Kings Meadow Campus, Lenton Lane
Contact point(s): PROC JG ITT/550
For the attention of: Julie Greenfield
NG7 2NR Nottingham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.nottingham.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/universityofnottingham

Electronic access to information: https://in-tendhost.co.uk/universityofnottingham

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofnottingham

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
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 by the contracting authority:
Fitness and Strength and Conditioning Equipment PROC JG ITT/550.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these

NUTS code UKF14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The University of Nottingham wishes to appoint a supplier or suppliers to provide a range of cardio vascular, resistance, strength and functional training equipment for use within its sports and fitness facilities.
The selected supplier (s) may lease or quote for outright purchase, or a combination of the two as requested, to the University.
Key Objectives:
- To provide a range of contemporary fitness equipment for general use by University Students and staff and external customers,
- To Ensure the current needs of the university customer base, making use where possible and appropriate of advances in technology relating to ease of use, functionality, customer engagement and user experience, and be sufficiently robust to withstand the very high usage levels within the University facilities throughout the year,
- To fulfill requirements with respect to the physical conditioning of University Sports teams and individual athletes competing at local and elite levels and be of sufficient quality, range and function to support the provision of specialist programmes across a wide range of sporting disciplines and fitness programs,
- To support the University's commitment to becoming a leading green university, as set out in our Environmental Strategy by ensuring equipment is as energy efficient as possible,
- To maximise value for money for the University,
- To develop a flexible working relationship with the supplier in order to meet future needs over the period of the contract.
II.1.6)Common procurement vocabulary (CPV)

37440000, 51121000, 37441000, 37441100, 37441200, 37441300, 37441400, 37441900, 37442000, 37442100, 37442200, 37442300, 37442310, 37442320, 37442400, 37442500

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Schedule A: Design of layout, Equipment supply/lease and installation for new build on Jubilee campus. Divided into 4 lots by type of equipment, estimated value between 291 667 and 375 000 excluding VAT.
Schedule B Refurbishment and re- equipping of facilities at other campuses, University Park, Kings Meadow Campus and Sutton Bonnington Campus. Divided into 3 lots by type of equipment, estimated value between 229 167 and 317 083 excluding VAT.
Estimated value excluding VAT:
Range: between 521 000 and 692 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: 2 x Optional 24 month extensions after initial 36 month contract term.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Schedule A Lot 1
1)Short description
For new build on Jubilee campus: Treadmill/running machine, Upper & lower body cross trainer, Climber/stair mill, Cycle upright seated, Cycle recumbent seated, Vertical oscillation vibration trainer, Rowing machine, Dynamic rowing machine.
2)Common procurement vocabulary (CPV)

37441000, 37441100, 37441200, 37441300, 37441400, 37441900

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Schedule A Lot 2
1)Short description
For new build on Jubilee campus: Resistance stations, Fixed weight Barbells, dumbbells, storage racks.
2)Common procurement vocabulary (CPV)

37442000, 37442000, 37442100, 37442200, 37442300, 37442400

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Schedule A Lot 3
1)Short description
For new build on Jubilee campus: Deadlifting platform, Power racks, Benches, Barbells and weight plates, kettle bells, Triple station, racks, storage tree, technique boxes, safety squat bar.
2)Common procurement vocabulary (CPV)

37442500, 37442400

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Schedule A Lot 4 Functional training Rigs
1)Short description
For new build on Jubilee campus: Functional training rigs.
2)Common procurement vocabulary (CPV)

37442000

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1 Lot title: Schedule B Lot 1
1)Short description
For refurbishment of University Park, Kings Meadow Campus and Sutton Bonnington: Treadmill/running machine, Upper & lower body cross trainer, Climber/stair mill, Cycle upright seated, Cycle recumbent seated, Vertical oscillation vibration trainer, Rowing machine.
2)Common procurement vocabulary (CPV)

37441000, 37441100, 37441200, 37441300, 37441400, 37441900

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Schedule B Lot 2
1)Short description
For refurbishment of University Park, Kings Meadow Campus and Sutton Bonnington:Resistance stations, Fixed weight Barbells, dumbbells, storage racks.
2)Common procurement vocabulary (CPV)

37442000, 37442100, 37442200, 37442300, 37442400

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Schedule B Lot 3
1)Short description
For refurbishment of University Park, Kings Meadow Campus and Sutton Bonnington: Deadlifting platform, Power racks, Benches, Barbells and weight plates, kettle bells, Triple station, racks, storage tree, technique boxes, safety squat bar.
2)Common procurement vocabulary (CPV)

37442500, 37442400

3)Quantity or scope
As per tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please see tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Completion of Questionnaires and various other tender documents. Any supplier may be disqualified who is:
a) bankrupt or is being wound up, whose affairs are being administered by the Court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under National Laws and Regulations;
b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the Court or for an arrangement with creditors or is the subject of any other similar proceedings under National Laws or Regulations;
c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection. The supplier will demonstrate compliance with all appropriate UK and European Health and Safety law, together with any additional relevant and applicable quality standards, specifically standard EN 957 1-10, supplier to state which British, European and/or International standards apply to which items of equipment. Evidence of accreditation must be supplied if requested by the University.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Completion of tender documents and various Questionnaires.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Completion of Questionnaires and tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PROC JG ITT/550
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 22.1.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 22.1.2014 - 13:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

All correspondence and expressions of interest relating to this project MUST be made through the University of Nottingham e-tendering website: https://in-tendhost.co.uk/universityofnottingham Non-compliant expressions of interest will not be considered or acknowledged. The UoN reserves the right to cancel the tender process at any stage. The UoN does not accept any liability for costs incurred in tendering. Variation will be accepted where adequately explained by the tenderer and provided that these variations comply with the standards specified in the selection and claims criteria of the tender document.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Please refer to V1.4.2)
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The UoN will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for agrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.12.2013