Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework for the Hire of Events Equipment

  • First published: 04 December 2014
  • Last modified: 02 September 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-010962
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
04 December 2014
Deadline date:
01 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Cardiff Council are tendering to put in place a Framework for the hire of a range of events equipment. The framework will service events throughout Cardiff City Centre, Cardiff Bay and the surrounding area. Events will range in scale from musical acts on a bandstand, to large scale, multi-site events such as the Cardiff Harbour Festival/ Extreme Sailing, Cardiff Festival, Cardiff Country Fair, Calennig/New Years Celebrations and The International Food and Drink Festival. The City of Cardiff Council will be looking to put a framework in place for up to four years. This procurement will be undertaken via the Open Process and fully advertised and compliant with OJEU guidelines. It is also envisaged that this procurement will be undertaken via the Bravo Solutions portal: https://etenderwales.bravosolution.co.uk; Therefore early registration on Bravo Solutions would be recommended. Events equipment supplied in a framework for 2 years with the option of an additional two 12 month extensions. There are 5 lots including 2 sub lots to apply for. Suppliers can bid for one or more Lots or sub Lots. The Lots within the tender will include: LOT 1- Crowd Barriers/ Site Fencing LOT 2- Generators LOT 3- Refrigeration LOT 4A- Aluminium Roadway LOT 4B- Pedestrian and Trackway Mats LOT 5A- Below 12 Metres Marquees LOT 5B - Above 12 Metres Marquees CPV: 34928310, 34928300, 31120000, 79952000, 39310000, 39522530, 92622000, 79952100, 92000000, 45331231.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Lucy Williams

+44 2920873588



http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0422

https://etenderwales.bravosolution.co.uk/web/login.shtml

https://etenderwales.bravosolution.co.uk/web/login.shtml
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Framework for the Hire of Events Equipment

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

26

II.1.2)

Main site or location of works, place of delivery or performance

Cardiff



UKL22

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

21

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Cardiff Council are tendering to put in place a Framework for the hire of a range of events equipment. The framework will service events throughout Cardiff City Centre, Cardiff Bay and the surrounding area. Events will range in scale from musical acts on a bandstand, to large scale, multi-site events such as the Cardiff Harbour Festival/ Extreme Sailing, Cardiff Festival, Cardiff Country Fair, Calennig/New Years Celebrations and The International Food and Drink Festival. The City of Cardiff Council will be looking to put a framework in place for up to four years.

This procurement will be undertaken via the Open Process and fully advertised and compliant with OJEU guidelines. It is also envisaged that this procurement will be undertaken via the Bravo Solutions portal: https://etenderwales.bravosolution.co.uk; Therefore early registration on Bravo Solutions would be recommended.

Events equipment supplied in a framework for 2 years with the option of an additional two 12 month extensions. There are 5 lots including 2 sub lots to apply for. Suppliers can bid for one or more Lots or sub Lots. The Lots within the tender will include:

LOT 1- Crowd Barriers/ Site Fencing

LOT 2- Generators

LOT 3- Refrigeration

LOT 4A- Aluminium Roadway

LOT 4B- Pedestrian and Trackway Mats

LOT 5A- Below 12 Metres Marquees

LOT 5B - Above 12 Metres Marquees

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=10962

II.1.6)

Common Procurement Vocabulary (CPV)

34928310
34928300
31120000
79952000
39310000
39522530
92622000
79952100
92000000
45331231

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

780800
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.




III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(7) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(10) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(11) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

Project _27759

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 16-01-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

INSTRUCTIONS TO SUPPLIERS

Suppliers Instructions for Expressing Interest in this Tender –

1 REGISTER YOUR COMPANY ON THE ETENDERWALES PORTAL (THIS IS ONLY REQUIRED ONCE)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2 EXPRESS AN INTEREST IN THE TENDER

2a Express an Interest in the PQQ

- Login to the portal with the username/password

- Click the “Open Access PQQs” link.

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access the PQQ

- Click on the PQQ code, you can now access the Stage 1: Mandatory Section by clicking the “Qualification Envelope” in the “Response Envelope” box.

2b Express an Interest in the ITT

- Click the “Open Access ITT’s” link.

- Click on the relevant ITT to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the ITT into your “My ITTs” page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access the ITT

- Click on the ITT code, you can now access Stage 2: the “Technical Envelope” and the “Commercial Envelope” in the “Response Envelope” box.

3 RESPONDING TO THE TENDER

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then, follow the onscreen instructions and the instructions in the PQQ and ITT to complete the Response Envelope Requirements.

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available and information within the PQQ and ITT)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:

- eMail: help@bravosolution.co.uk

- Phone: 0800 368 4850 / Fax: 020 7080 0480

(WA Ref:10962)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 04-12-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK


+44 2920873588


http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865

II)

Address and contact points from which specifications and additional documentation may be obtained



Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK


+44 2920873588


http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK


+44 2920873588


http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865

ANNEX B

Information About Lots

1     Crowd Barriers

1)

Short Description

Supply, delivery and removal of crowd barriers to Cardiff Council for planned and ad-hoc events throughout the framework.

2)

Common Procurement Vocabulary (CPV)

34928310

3)

Quantity or scope

1


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Generators

1)

Short Description

Supply, delivery and removal of Generators to Cardiff Council for planned and ad-hoc events throughout the framework.

2)

Common Procurement Vocabulary (CPV)

31120000

3)

Quantity or scope

1


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Refrigeration

1)

Short Description

Supply, delivery and removal of different types of refrigeration to Cardiff Council for planned and ad-hoc events throughout the framework.

2)

Common Procurement Vocabulary (CPV)

39310000

3)

Quantity or scope

1


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Aluminium Roadway and Pedestrian Track Way and Mats

1)

Short Description

Supply, delivery and removal of Aluminium Roadway and pedestrian track way and mats to Cardiff Council for planned and ad-hoc events throughout the framework.

2)

Common Procurement Vocabulary (CPV)

79952000

3)

Quantity or scope

1


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Marquees

1)

Short Description

Supply, delivery and removal of Marquees to Cardiff Council for planned and ad-hoc events throughout the framework.

2)

Common Procurement Vocabulary (CPV)

39522530

3)

Quantity or scope

1


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
39310000 Catering equipment Miscellaneous equipment
79952100 Cultural event organisation services Event services
79952000 Event services Exhibition, fair and congress organisation services
31120000 Generators Electric motors, generators and transformers
45331231 Installation work of refrigeration equipment Heating, ventilation and air-conditioning installation work
92000000 Recreational, cultural and sporting services Other Services
34928300 Safety barriers Road furniture
34928310 Safety fencing Road furniture
92622000 Sports-event organisation services Sport-related services
39522530 Tents Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
04 December 2014
Deadline date:
01 September 2015 00:00
Notice type:
Contract Notice
Authority name:
Cardiff Council
Publication date:
05 September 2015
Notice type:
Additional Information
Authority name:
Cardiff Council

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
02/09/2015 15:49
Notice Cancelled
This notice has been cancelled. The original deadline date of 16/01/2015 is no longer applicable.

The Council is terminating and withdrawing this tender process Please note the Council intends to come back out to market once it has revisited its longer term strategy. Any future procurement will be advertised via Sell2 wales

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.