Unitedkingdom-tenders.co.uk domain is for sale. Please contact us.
18 - 2016 Framework for The Provision of Fitness Equipment.
Contract notice
Supplies
Section I: Contracting authority
Newry Mourne and Down District Council
Greenbank Industrial Estate
Contact point(s): Only Online through portal at: www.newrymournedown.org/procurement
For the attention of: David Barter
BT34 2QU Newry
United Kingdom
Telephone: +44 2830313233
E-mail:
Fax: +44 2830313288
Internet address(es):
General address of the contracting authority: www.newrymournedown.org
Address of the buyer profile: www.newrymournedown.org/procurement
Electronic access to information: www.newrymournedown.org/procurement
Electronic submission of tenders and requests to participate: www.newrymournedown.org/procurement
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)
Section II: Object of the contract
A combination of these
NUTS code UKN03,UKN05
Duration of the framework agreement
Duration in years: 5Justification for a framework agreement, the duration of which exceeds four years: 5 year construction plan across district that this framework feeds into.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 850 000 GBPNewry Leisure Centre Phase 2 and the new Downpatrick Leisure Centre have now commenced construction. There is provision and space set aside for a fitness suite within both projects, of which the decision surrounding the final specification of that area rests with the Council.
37440000, 37442500, 51121000
Tenders may be submitted for one or more lots
(1) Capital purchase for Newry (Lot 1a and/or b) and Downpatrick (Lot 1a):
- Outright purchase of equipment with 2.5 year enhanced CV/technology refresh along with committed 5 year service/maintenance plan for each facility to start from the date of specific equipment commissioning
- Floors plans are listed within the appendix and suppliers are asked to present proposals as per method statements detailed in section 11 and as per Addendum 1 based on Newry Leisure Centre Phase 2 as the case study. (it is envisaged that the new Downpatrick centre will require similar types of equipment, specifications and quantities as listed in Lot 1a)
(2) Lease Newry (Lot 1a and/or b) and Downpatrick(Lot 1a):
- Lease arrangement 5 years approx. with 2.5 year enhanced CV/technology refresh to be paid on a monthly/quarterly basis along with a matching service/maintenance plan for entire duration of lease for each facility to start from the date of specific equipment commissioning
- Floors plans are listed within the appendix and suppliers are asked to present proposals as per method statements detailed in section 11 and as per Addendum 1 based on Newry Leisure Centre Phase 2 as the case study. (it is envisaged that the new Downpatrick centre will require similar types of equipment, specifications and quantities as listed in Lot 1a)
(3) Equipment Partner (for all Lots):
- Lease as per option (2) above with addition of optional equipment/maintenance/service requirements in Ballymote Centre, Kilkeel Leisure Centre and Newcastle Leisure Centre
- General equipment listing is specified within Appendix.
Estimated value excluding VAT: 850 000 GBP
Description of these options: You may quote for one, several or all of the lots under the various options..
(1) Capital purchase for Newry (Lot 1a and/or b) and Downpatrick (Lot 1a):
- Outright purchase of equipment with 2.5 year enhanced CV/technology refresh along with committed 5 year service/maintenance plan for each facility to start from the date of specific equipment commissioning
- Floors plans are listed within the appendix and suppliers are asked to present proposals as per method statements detailed in section 11 and as per Addendum 1 based on Newry Leisure Centre Phase 2 as the case study. (it is envisaged that the new Downpatrick centre will require similar types of equipment, specifications and quantities as listed in Lot 1a)
(2) Lease Newry (Lot 1a and/or b) and Downpatrick(Lot 1a):
- Lease arrangement 5 years approx. with 2.5 year enhanced CV/technology refresh to be paid on a monthly/quarterly basis along with a matching service/maintenance plan for entire duration of lease for each facility to start from the date of specific equipment commissioning
- Floors plans are listed within the appendix and suppliers are asked to present proposals as per method statements detailed in section 11 and as per Addendum 1 based on Newry Leisure Centre Phase 2 as the case study. (it is envisaged that the new Downpatrick centre will require similar types of equipment, specifications and quantities as listed in Lot 1a)
(3) Equipment Partner (for all Lots):
- Lease as per option (2) above with addition of optional equipment/maintenance/service requirements in Ballymote Centre, Kilkeel Leisure Centre and Newcastle Leisure Centre
- General equipment listing is specified within Appendix and Tenderer's are invited to visit centres where necessary to review.
Information about lots
Lot No: 1 Lot title: Lot 1a - New Fitness Equipment and ICT Solutions (Method Statement 1 Compliance)The Council is seeking to procure a full fitness gym which includes the supply, delivery, installation, staff training and commissioning solution of Commercial fitness equipment, including CV, Resistance, Functional and Free Weight Equipment, and ancillary solutions as indicated the tender documentation and in line with the costing option as listed in the introduction.
37440000, 37442500, 51121000
Distinct areas (as indicated on the floor plans) are to be provided for (a) Resistance Machines, (b) Functional Training Area, (c) Cardiovascular Machine Areas (d) a Free Weights Area (e) Stretching area (f) Elite Training area and (g) Rehabilitation client area.
37440000, 37442500, 51121000
- All cycles must be of the same standard with no variation to colour and/or design
- Cycles must have easily identifiable customer adjustment points for:
Handle bars (height and for size)
Set Adjuster (up/down & forwards/backwards)
- A selection of grips for the customers during activity
- Any adjustments (height/size) must be easy to perform with due consideration to the end user.
- Straps or cleats as a standard option (manufacturer must specify type)
- Easy resistance (gear) selection
- Coverings to protect the equipment from failure (including electrics) to prevent moisture erosion (sweat and drinks)
- All cycles to have bottle holders.
37440000, 37442500, 51121000
Section III: Legal, economic, financial and technical information
security.
www.newrymournedown.org/procurement.
Minimum level(s) of standards possibly required: Relevant standards are as set out in the tender documentation, which is available from the Council's portal website atIn accordance with Section 3 of Directive 2014/24/EU of the European Parliament and of the Council and regulation 57 and 58 Public Contracts Regulations 2015 and as set out in the tender documentation, which is available from the Council's portal website at
www.newrymournedown.org/procurement.
Minimum level(s) of standards possibly required:Relevant standards are as set out in the tender documentation, which is available from the Council's portal website at
Section IV: Procedure
Payable documents: no
Section VI: Complementary information
Royal Courts of Justice (NI)
Chichester St.
BT1 3 JF Belfast
United Kingdom
E-mail:
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk
The Council will incorporate a minimum 10 calendar day standstill period when information on the award of the
contract is communicated to tenderers. This period allows tenderers to seek further debriefing
from the Council before the contract is entered into. Applicants have 2 working days from notice of the award
decision to ask for additional debriefing and that information has to be provided a minimum of 3 working days
before the expiry of the standstill period. Such additional information should be requested from email address:
If a dispute about contract award has not been successfully resolved the Public Contracts Regulations 2015
allow aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action
in the High Court. Any such action must be brought promptly (generally within 1 month). The purpose of the
standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision
before the contract is entered into.