Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Agronomy Consultancy Services |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | “Agronomy Services” (“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future. |
Published: | 30/03/2016 10:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
English Sports Council
21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Contact: Cameron Consulting
Main Address: http://www.sportengland.org/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./6YR5CD337X
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Agronomy Consultancy Services
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: “Agronomy Services” (“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.1) Title: Not provided
Lot No: Not provided
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Framework with a number of providers of “Agronomy Services” to provide specialist consultancy services.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number:
Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
The minimum requirements are set out in the Invitation to Tender documentation and Supplier Suitability Questionnaire.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to information contained within the invitation to tender documentation - specifically the evaluation methodology
Minimum level(s) of standards possibly required (if applicable) :
The minimum requirements are set out in the Invitation to Tender documentation and Supplier Suitability Questionnaire.
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
The successful consultants selected onto the framework panel will be required as a condition of contract to comply with Sport England terms and conditions for services. Participating organisations (either public bodies or private sector organisations including sports clubs and the like) may use a mini tender competition or direct award procedure in accordance with the call-off procedures set out in the Invitation to Tender to select a consultant from the framework.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/05/2016 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 04/05/2016
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: Sport England (SE) (“the Authority”) is seeking to establish a framework with a number of providers of “Agronomy Services”
(“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future. It is envisaged that this framework will be used in a variety of ways to help the Authority develop guidance on pitch construction and grounds maintenance. One of the key measures of the success of this procurement will be that the appointed consultants assist the Authority with maintaining an excellent reputation with its stakeholders and end users by providing agronomy consultants who can support:-
−Modernising/improving pitch deliverability
−Implementation of maintenance training delivery which is suitable for a variety of knowledge/experience levels i.e from professionals through to local volunteer workforces
−Involvement with planners in the capacity of expert witness
−Services to the Education sector
−Land valuation services
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement within the tender documentation.
The Purchasing Authority is acting on behalf of the following organisations:
Applicants for awards to Sport England, in addition the following may also make use of this framework;
- All sports national governing bodies
- Local authorities
- Central Government
- Charities (including Trusts & Foundations),
- Sports Councils,
- National Governing Bodies (of Sport) and their Applicants
- Higher education and further education bodies,
- National Sports Centres and their operators, and
- individual sports clubs.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./6YR5CD337X
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6YR5CD337X
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: http://www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: http://www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 30/03/2016
Annex A
View any Notice Addenda
UK-London: Architectural, construction, engineering and inspection services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
English Sports Council
21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Contact: Cameron Consulting
Main Address: http://www.sportengland.org/
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Agronomy Consultancy Services Reference number: Not Provided
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Sport England is seeking to establish a framework to provide specialist consultancy services which will support Sport England’s relevant natural turf pitch improvement programme (which at time of Tender is referred to as “Protecting Playing Fields Programme”) and other such initiatives identified by the Authority or other Contracting Authority either ongoing or in the future.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 13/04/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 176561
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 30/03/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 04/05/2016
Local Time: 13:00
Read:
Date: 11/05/2016
Local Time: 13:00
VII.2) Other additional information: Sport England (SE) (“the Authority”) is seeking to establish a framework with a number of providers of “Agronomy Services”
(“the Framework”) to provide specialist consultancy services which will support Sport England’s initiatives identified by the Authority either ongoing or in the future. It is envisaged that this framework will be used in a variety of ways to help the Authority develop guidance on pitch construction and grounds maintenance. One of the key measures of the success of this procurement will be that the appointed consultants assist the Authority with maintaining an excellent reputation with its stakeholders and end users by providing agronomy consultants who can support:-
−Modernising/improving pitch deliverability
−Implementation of maintenance training delivery which is suitable for a variety of knowledge/experience levels i.e from professionals through to local volunteer workforces
−Involvement with planners in the capacity of expert witness
−Services to the Education sector
−Land valuation services
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement within the tender documentation.
The Purchasing Authority is acting on behalf of the following organisations:
Applicants for awards to Sport England, in addition the following may also make use of this framework;
- All sports national governing bodies
- Local authorities
- Central Government
- Charities (including Trusts & Foundations),
- Sports Councils,
- National Governing Bodies (of Sport) and their Applicants
- Higher education and further education bodies,
- National Sports Centres and their operators, and
- individual sports clubs.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198699935
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
English Sports Council
21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
Tel. +44 1732600500, Email: tenders@camerons.uk.com
Contact: Cameron Consulting
Main Address: http://www.sportengland.org/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Agronomy Consultancy Services
Reference number: Not Provided
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: “Agronomy Services” (“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 5,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Framework with a number of providers of “Agronomy Services” to provide specialist consultancy services.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
PSD (NW) Ltd
Labosport PSD, Wigan Road, Lancashire, PR25 5XW, United Kingdom
NUTS Code: UKD4
The contractor is an SME: No
Contractor (No.2)
STRI Ltd
St Ives Estate, Harden, Bingley, West Yorkshire, BD16 1AU, United Kingdom
NUTS Code: UKE4
The contractor is an SME: No
Contractor (No.3)
TGMS Ltd
4 Doolittle Mill, Froghall Road, Ampthill, Bedfordshire, MK45 2ND, United Kingdom
NUTS Code: UKH2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Testing; Lighting and Surveying services may be subcontracted
Section VI: Complementary information
VI.3) Additional information: The Purchasing Authority is acting on behalf of the following organisations:
Applicants for awards to Sport England, in addition the following may also make use of this framework;
- All sports national governing bodies
- Local authorities
- Central Government
- Charities (including Trusts & Foundations),
- Sports Councils,
- National Governing Bodies (of Sport) and their Applicants
- Higher education and further education bodies,
- National Sports Centres and their operators, and
- individual sports clubs.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=287406109
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: http://www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: http://www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice: 28/11/2017