Cameron Consulting: Framework Managing Consultant for Changing Room Facilities

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework Managing Consultant for Changing Room Facilities
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: The Football Foundation ("the Authority") and its partners including the English Sports Council and the Football Association is establishing two single provider frameworks for the provision of multi-disciplinary consultancy services, hereinafter referred to as the Framework Management Consultant (FMC) to support the delivery of changing rooms and associated facilities either under a modular build or traditional build programme.
Published: 30/08/2016 10:25
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Construction consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Football Foundation
             Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
             Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
             Contact: Cameron Consulting - Acting on behalf of Football Foundation
             Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: www.footballfoundation.org.uk
             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:-Construction-consultancy-services./26H2884YB8
      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: Framework Managing Consultant for Changing Room Facilities       
      Reference Number: T10275B
      II.1.2) Main CPV Code:
      71530000 - Construction consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Football Foundation ("the Authority") and its partners including the English Sports Council and the Football Association is establishing two single provider frameworks for the provision of multi-disciplinary consultancy services, hereinafter referred to as the Framework Management Consultant (FMC) to support the delivery of changing rooms and associated facilities either under a modular build or traditional build programme.       
      II.1.5) Estimated total value:
      Value excluding VAT: 7,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or both lots. However, the Authority will only award one lot to a Tenderer. Tenderers will be required to state their preference for the lot to be awarded in the event that they are successful on both lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Framework Managing Consultant for Changing Room Facilities       
      Lot No: Lot 1 - North of England       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71324000 - Quantity surveying services.
      71322100 - Quantity surveying services for civil engineering works.
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71222000 - Architectural services for outdoor areas.
      71240000 - Architectural, engineering and planning services.
      71250000 - Architectural, engineering and surveying services.
      71400000 - Urban planning and landscape architectural services.
      71420000 - Landscape architectural services.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association is establishing a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. In addition, where a modular building solution is not possible, the Authority will defer to a traditional form of construction, under a design and build approach. In connection with the above, the Authority requires construction consultancy services in the form of a Framework Management Consultant (FMC) to support the delivery of the modular framework and the traditional construction approach in the provision of changing room facilities for sport.

The FMC will be required to provide full multi-disciplinary construction consultancy services in connection with the delivery of the facility either through a modular framework or a non-modular, design and build solution. In both cases, the FMC will be required to undertake initial feasibility services, concept design and preparation of Employer’s Requirements based on the Authority’s “blueprint” designs and specifications. The FMC will also be required to act in the role of “Employer’s Agent” and will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of the changing room facility. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.

The call-off contract to be entered into under the framework will be a bespoke contract appropriate for the role of Employer’s Agent under the JCT Design & Build Contract 2011 (with amendments). Those able to access the framework and “call-off” services will include the Authority, its partners, National Governing Bodies for Sport, appropriate public contracting authorities and awardees of grant funding including community sports clubs.

The Authority is establishing this framework on behalf of other authorities. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments); Rugby Football Union; England Hockey; English & Wales Cricket Board; Rugby Football League; Community Sports Clubs.
      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: 3,750,000       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The 5 (five) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Framework Managing Consultant for Changing Room Facilities       
      Lot No: Lot 2 - South of England       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71324000 - Quantity surveying services.
      71322100 - Quantity surveying services for civil engineering works.
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71222000 - Architectural services for outdoor areas.
      71240000 - Architectural, engineering and planning services.
      71250000 - Architectural, engineering and surveying services.
      71400000 - Urban planning and landscape architectural services.
      71420000 - Landscape architectural services.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association is establishing a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. In addition, where a modular building solution is not possible, the Authority will defer to a traditional form of construction, under a design and build approach. In connection with the above, the Authority requires construction consultancy services in the form of a Framework Management Consultant (FMC) to support the delivery of the modular framework and the traditional construction approach in the provision of changing room facilities for sport.

The FMC will be required to provide full multi-disciplinary construction consultancy services in connection with the delivery of the facility either through a modular framework or a non-modular, design and build solution. In both cases, the FMC will be required to undertake initial feasibility services, concept design and preparation of Employer’s Requirements based on the Authority’s “blueprint” designs and specifications. The FMC will also be required to act in the role of “Employer’s Agent” and will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of the changing room facility. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.

The call-off contract to be entered into under the framework will be a bespoke contract appropriate for the role of Employer’s Agent under the JCT Design & Build Contract 2011 (with amendments). Those able to access the framework and “call-off” services will include the Authority, its partners, National Governing Bodies for Sport, appropriate public contracting authorities and awardees of grant funding including community sports clubs.

The Authority is establishing this framework on behalf of other authorities. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments); Rugby Football Union; England Hockey; English & Wales Cricket Board; Rugby Football League; Community Sports Clubs.
      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: 3,750,000       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The 5 (five) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
      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:          
      Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015. The minimum requirements that Applicants are required to meet are set out in the PQQ. The PQQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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 Framework Agreement and Call-Off Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.          
      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: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         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.1.6) 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: 2015/S 68 - 121339       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 03/10/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/10/2016       
      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:
         Until: 31/03/2017
      
      

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: 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 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 in the Procurement Documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./26H2884YB8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/26H2884YB8
   VI.4) Procedures for review
   VI.4.1) Review body:
             Football Foundation
       Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
       Tel. +44 8453454555, Email: tenders@cameron-consulting.co.uk
   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: www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.    
   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: www.cabinetoffice.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 30/08/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Construction consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Football Foundation
       Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
       Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
       Contact: Cameron Consulting - Acting on behalf of Football Foundation
       Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: www.footballfoundation.org.uk
       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: Framework Managing Consultant for Changing Room Facilities            
      Reference number: T10275B

      II.1.2) Main CPV code:
         71530000 - Construction consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Football Foundation ("the Authority") and its partners including the English Sports Council and the Football Association is establishing two single provider frameworks for the provision of multi-disciplinary consultancy services, hereinafter referred to as the Framework Management Consultant (FMC) to support the delivery of changing rooms and associated facilities either under a modular build or traditional build programme.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 7,500,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Framework Managing Consultant for Changing Room Facilities   
      Lot No:Lot 1 - North of England

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71324000 - Quantity surveying services.
            71322100 - Quantity surveying services for civil engineering works.
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71222000 - Architectural services for outdoor areas.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.
            71317210 - Health and safety consultancy services.


      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: The Authority requires construction consultancy services in the form of a Framework Management Consultant (FMC) to support the delivery of the modular framework and the traditional construction approach in the provision of changing room facilities for sport. The call-off contract to be entered into under the framework will be a bespoke contract appropriate for the role of Employer’s Agent under the JCT Design & Build Contract 2011 (with amendments). The Authority is establishing this framework on behalf of other authorities. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Ed

      II.2.5) Award criteria:
       Not Provided

      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

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Framework Managing Consultant for Changing Room Facilities   
      Lot No:Lot 2 - South of England

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71324000 - Quantity surveying services.
            71322100 - Quantity surveying services for civil engineering works.
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71222000 - Architectural services for outdoor areas.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.
            71317210 - Health and safety consultancy services.


      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: The Authority requires construction consultancy services in the form of a Framework Management Consultant (FMC) to support the delivery of the modular framework and the traditional construction approach in the provision of changing room facilities for sport. The call-off contract to be entered into under the framework will be a bespoke contract appropriate for the role of Employer’s Agent under the JCT Design & Build Contract 2011 (with amendments). The Authority is establishing this framework on behalf of other authorities. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Ed.

      II.2.5) Award criteria:
       Not Provided

      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: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: 1    
   Title: North of England

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 5          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Gleeds Management Services Limited
             95 New Cavendish Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,750,000          
         Total value of the contract/lot: 3,750,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: South of England

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 5          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Quincey Mason Practices Limited
             Waterfront House (5th Floor), Nottingham, United Kingdom
             NUTS Code: UKF14
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,750,000          
         Total value of the contract/lot: 3,750,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: 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 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 in the Procurement Documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263397127

   VI.4) Procedures for review

      VI.4.1) Review body
          Football Foundation
          Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
          Tel. +44 8453454555, Email: tenders@cameron-consulting.co.uk

      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: www.cedr.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

      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: www.cabinetoffice.gov.uk

   VI.5) Date of dispatch of this notice: 22/06/2018