Notice Information
Notice Title
Supply and Delivery of Safety Surfaces
Notice Description
Glasgow City Council invites Tender bids for the Supply and Delivery of Safety Surfaces for Play Areas and Games Courts. The tender has been allocated into 2 separate lots and they are as follows: Lot 1 - Sand Filled Carpet Lot 2 - In-Situ Wet Pour Rubber
Lot Information
Sand Filled Carpet
Lot 1 - Sand Filled Carpet Upper Wearing Layer The upper carpet layer specification is applicable to the two installation scenarios 1. New installations / Refurbishments. For carpet refurbishments the existing shock pad shall be retained where possible. Supplier's representative shall check and certify CFH of any alternative shock pad type proposed. 2. Minor Repairs. For the sand filled synthetic carpet product supply of sand is not part of this tender however the system proposed must have been designed and tested with correctly specified sand incorporated into the synthetic grass surface. The supplier must detail the weight of sand (in kg) required per m2. Upper Wearing Layer Material Fibre type: 110(75%) /18(25%) Denier UVF multi directional fibre polypropylene(or polypropylene equivalent), manufactured for use with sand infill Pile Height: 11-15mm +- 10% Total Thickness: 15-19mm +- 10% Pile Weight: 1200g/m2 +- 10% Total Weight: 1400g/m2 +- 10% Backing Min: 4mm - needle punched SBR resin impregnated synthetic rubber or equivalent Sub Surface Shock Pad Layer This can be more than one layer but shall be only one type of material for any fall height. Dimensions Carpet sizes to be available in either 2m or 4m widths pre-cut to lengths appropriate for the intended site installation. Colours The following minimum palette of colours must be available - Red, Blue, Yellow, Brown and Green. Sub Surface Shock Pad Layer This can be more than one layer but shall be only one type of material for any fall height and should comply with below. A - New Installations & Refurbishments - Handling - weight and size of individual units to be easily managed by one person. - Re-cycled content - While being desirable it should not reduce the longevity of the system. - Future re-use - The material/tile used should be capable of re-use if a play area is refurbished or removed. B - Minor Repairs Where less than an edge to edge replacement / repair is to be carried out suppliers representative will advise on site build up required to match the original CFH and any further works, excavation or infill, required. Advice may be by email or by site visit if requested by GCC. Supplier will certify that CFH to match or exceed the original has been achieved. Recycled Materials If recycled materials are proposed for any part of the system then the source of the material must be detailed.. 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.
Renewal: May take up option of 1 x 12 month extension.
In-situ Wet Pour RubberLot 2 In-Situ Wet Pour Rubber Upper Wearing Layer Shall be 1-4mm +- 10% EPDM (ethylene propylene diene monomer) granules either black or coloured as requested and composed of either new or recycled materials. Coloured granules must be fully pigmented i.e. not coated black granules. Clear polyurethane resin (PU) binder will be supplied to mix with EPDM granules. If recycled materials are proposed then the source of the material must be detailed. (Note that BS EN 1177 ignition resistance test results are required.) Sub Surface Shock Pad Layer Shall be 2-6mm +- 10% SBR (styrene butadiene rubber) granules coloured as available. Clear polyurethane resin (PU) binder will be supplied to mix with SBR base granules. Granules can be new or recycled.. 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.
Renewal: May take up option of 1 x 12 month extension.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000542279
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319941
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
43 - Machinery for mining, quarrying, construction equipment
45 - Construction work
-
- CPV Codes
43325000 - Park and playground equipment
45112723 - Landscaping work for playgrounds
45233250 - Surfacing work except for roads
Notice Value(s)
- Tender Value
- £210,000 £100K-£500K
- Lots Value
- £210,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 May 20187 years ago
- Submission Deadline
- 25 Jun 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated timing for further notice to be published is early 2022
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Maureen Buchanan
- Contact Email
- maureen.buchanan@glasgow.gov.uk
- Contact Phone
- +44 1412878322
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319941
Supply and Delivery of Safety Surfaces - Glasgow City Council invites Tender bids for the Supply and Delivery of Safety Surfaces for Play Areas and Games Courts. The tender has been allocated into 2 separate lots and they are as follows: Lot 1 - Sand Filled Carpet Lot 2 - In-Situ Wet Pour Rubber
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000542279-2018-05-22T00:00:00Z",
"date": "2018-05-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000542279",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Maureen Buchanan",
"email": "maureen.buchanan@glasgow.gov.uk",
"telephone": "+44 1412878322",
"faxNumber": "+44 1412879399",
"url": "https://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-3"
},
"tender": {
"id": "GCC004471CPU",
"title": "Supply and Delivery of Safety Surfaces",
"description": "Glasgow City Council invites Tender bids for the Supply and Delivery of Safety Surfaces for Play Areas and Games Courts. The tender has been allocated into 2 separate lots and they are as follows: Lot 1 - Sand Filled Carpet Lot 2 - In-Situ Wet Pour Rubber",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233250",
"scheme": "CPV"
},
{
"id": "45112723",
"scheme": "CPV"
},
{
"id": "43325000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45233250",
"scheme": "CPV"
},
{
"id": "45112723",
"scheme": "CPV"
},
{
"id": "43325000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 210000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-06-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-06-25T12:00:00Z"
},
"documents": [
{
"id": "MAY319941",
"documentType": "contractNotice",
"title": "Supply and Delivery of Safety Surfaces",
"description": "Glasgow City Council invites Tender bids for the Supply and Delivery of Safety Surfaces for Play Areas and Games Courts. The tender has been allocated into 2 separate lots and they are as follows: Lot 1 - Sand Filled Carpet Lot 2 - In-Situ Wet Pour Rubber",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319941",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Sand Filled Carpet",
"description": "Lot 1 - Sand Filled Carpet Upper Wearing Layer The upper carpet layer specification is applicable to the two installation scenarios 1. New installations / Refurbishments. For carpet refurbishments the existing shock pad shall be retained where possible. Supplier's representative shall check and certify CFH of any alternative shock pad type proposed. 2. Minor Repairs. For the sand filled synthetic carpet product supply of sand is not part of this tender however the system proposed must have been designed and tested with correctly specified sand incorporated into the synthetic grass surface. The supplier must detail the weight of sand (in kg) required per m2. Upper Wearing Layer Material Fibre type: 110(75%) /18(25%) Denier UVF multi directional fibre polypropylene(or polypropylene equivalent), manufactured for use with sand infill Pile Height: 11-15mm +- 10% Total Thickness: 15-19mm +- 10% Pile Weight: 1200g/m2 +- 10% Total Weight: 1400g/m2 +- 10% Backing Min: 4mm - needle punched SBR resin impregnated synthetic rubber or equivalent Sub Surface Shock Pad Layer This can be more than one layer but shall be only one type of material for any fall height. Dimensions Carpet sizes to be available in either 2m or 4m widths pre-cut to lengths appropriate for the intended site installation. Colours The following minimum palette of colours must be available - Red, Blue, Yellow, Brown and Green. Sub Surface Shock Pad Layer This can be more than one layer but shall be only one type of material for any fall height and should comply with below. A - New Installations & Refurbishments - Handling - weight and size of individual units to be easily managed by one person. - Re-cycled content - While being desirable it should not reduce the longevity of the system. - Future re-use - The material/tile used should be capable of re-use if a play area is refurbished or removed. B - Minor Repairs Where less than an edge to edge replacement / repair is to be carried out suppliers representative will advise on site build up required to match the original CFH and any further works, excavation or infill, required. Advice may be by email or by site visit if requested by GCC. Supplier will certify that CFH to match or exceed the original has been achieved. Recycled Materials If recycled materials are proposed for any part of the system then the source of the material must be detailed.. 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.",
"status": "active",
"value": {
"amount": 190000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "May take up option of 1 x 12 month extension."
}
},
{
"id": "2",
"title": "In-situ Wet Pour Rubber",
"description": "Lot 2 In-Situ Wet Pour Rubber Upper Wearing Layer Shall be 1-4mm +- 10% EPDM (ethylene propylene diene monomer) granules either black or coloured as requested and composed of either new or recycled materials. Coloured granules must be fully pigmented i.e. not coated black granules. Clear polyurethane resin (PU) binder will be supplied to mix with EPDM granules. If recycled materials are proposed then the source of the material must be detailed. (Note that BS EN 1177 ignition resistance test results are required.) Sub Surface Shock Pad Layer Shall be 2-6mm +- 10% SBR (styrene butadiene rubber) granules coloured as available. Clear polyurethane resin (PU) binder will be supplied to mix with SBR base granules. Granules can be new or recycled.. 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.",
"status": "active",
"value": {
"amount": 20000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "May take up option of 1 x 12 month extension."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"bidOpening": {
"date": "2018-06-25T12:00:00Z",
"address": {
"streetAddress": "UK, Glasgow"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "KPI's for the Supply and Delivery of Safety Surfaces will be listed under Section 4, 4.8 Key Performance Indicators & 4.9 Required Management Information, within the ITT document (found within the buyers attachment area within PCS-T) but may be amended dependant on the specific requirements of the contract throughout the term of the agreement."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 4A.1 Statement If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"description": "Financial Requirements Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Trading Performance and Balance Sheet strength. Financial requirements should be calculated on latest filed accounts with Company House For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Trading Performance An overall positive outcome on Pre-Tax Profits over a 3 year period. (Exceptional items can be excluded from the calculation) The above would be expressed in the ratio Pre-Tax Profit/Turnover. Balance Sheet strength Net Worth of the organisation must be positive Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total liabilities Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Employers (Compulsory) Liability Insurance Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity The consultant shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of a minimum of TWO MILLION (2,000,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained."
},
{
"type": "technical",
"description": "ESPD 4C.1.2 Statement Bidders wil be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as described in part II.2.4 of the OJEU Contract Notice and as further detailed in the ITT. ESPD 4C.11 Statement Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity. ESPD 4C.11.1 Statement The bidder must confirm that they will provide certificates of authenticity where required.",
"minimum": "Please refer to the ESPD Statements document uploaded to the Buyers Attachment area in PCS-T."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 2
}
},
"classification": {
"id": "45233250",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": true,
"recurrence": {
"description": "Estimated timing for further notice to be published is early 2022"
}
},
"language": "EN",
"description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'ESPD Statements Document' uploaded to the buyers attachment area on PCS-T. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD Statements documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10156. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community Benefits information detailed within the ITT document Section 5. (SC Ref:542279)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000542279"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}