Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Mini-Pitch Programme - Supplier Framework |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The Contracting Authority is establishing a single provider "Manufacturer-led" framework to deliver small artificial grass pitches (AGP). The Provider will be required to design, supply and install AGP pitches and all associated works (including enabling works for the provision of a modular changing room and/or accessible WC by others) to provide a sports playing surface for children up to the age of 11. The Contracting Authority will act as Funder for Applicants who will come from primarily public sector bodies such as schools and not for profit sports clubs. |
Published: | 23/02/2018 17:25 |
View Full Notice
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@camerons.uk.com
Main Address: 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-work./94MM4G2KKD
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: Mini-Pitch Programme - Supplier Framework
Reference Number: T10330
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Contracting Authority is establishing a single provider "Manufacturer-led" framework to deliver small artificial grass pitches (AGP). The Provider will be required to design, supply and install AGP pitches and all associated works (including enabling works for the provision of a modular changing room and/or accessible WC by others) to provide a sports playing surface for children up to the age of 11. The Contracting Authority will act as Funder for Applicants who will come from primarily public sector bodies such as schools and not for profit sports clubs.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45000000 - Construction work.
45212200 - Construction work for sports facilities.
45212210 - Single-purpose sports facilities construction work.
45212220 - Multi-purpose sports facilities construction work.
45212221 - Construction work in connection with structures for sports ground.
71220000 - Architectural design services.
71400000 - Urban planning and landscape architectural services.
39293300 - Artificial grass.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Contracting Authority is establishing a single provider "Manufacturer-led" framework to deliver small artificial grass pitches (AGP) and associated works (including enabling works for the provision of a modular changing room and/or accessible WC by others). The Provider will enter into a Framework Agreement under the Association of Consultant Architects (ACA), Framework Alliance Contract, FAC-1. Applicants who are successfully awarded grants by the Contracting Authority will enter into a Call-Off contract under the JCT Design & Build Contract 2016 to design, supply and install the facility. Most applicants for funding will be primary schools and it is anticipated that whilst the school holiday period will be the optimum time to carry out works, due to the potential volume of work, all year round delivery will be required. A Framework Managing Consultant (FMC) will be appointed separately and will prepare designs to RIBA Plan of Work Stage 2: Concept Design and obtain planning permission for each project. The Provider will then develop the design through RIBA Plan of Work stages, 3: Developed Design to 4: Technical Design and then install the pitch, including all associated works and 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: 60,000,000
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.2.10) 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: The Authority will award a single place on the framework to the highest scoring Tenderer and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents
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 Supplier Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ 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.2.2) Contract performance conditions
The Successful Tenderer will be required to meet the Authority's minimum requirements as set out in the Procurement Documents.
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 OPEN
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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/04/2018 Time: 12:00
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: 06/04/2018
Time: 12:00
Place:
Cameron Consulting Offices
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 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 and the contract will be awarded on the basis of the most economically advantageous tender.
Applicants should note that the estimated value of the Framework as set out in this Notice is based on the Authority’s current anticipated requirements. This value may increase if other entities decide to join and call off under the Framework Agreement. The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. The Authority will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their SQ or tender submissions.
The Framework Agreement will be open to use by the following organisations:-
- Football Foundation
- The Football Association
- Applicants for Awards to Sport England
- English Sports Council
- Community Sports Clubs
- National Governing Bodies (of Sport) and their Applicants
- Central Government Bodies
- Sports Councils
- Local Authorities (England and Wales)
- Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education
Establishments)
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./94MM4G2KKD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/94MM4G2KKD
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
Internet address: https://www.footballfoundation.org.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: 23/02/2018
Annex A
View any Notice Addenda
View Award Notice
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@camerons.uk.com
Main Address: 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: Mini-Pitch Programme - Supplier Framework
Reference number: T10330
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Contracting Authority is establishing a single provider "Manufacturer-led" framework to deliver small artificial grass pitches (AGP). The Provider will be required to design, supply and install AGP pitches and all associated works (including enabling works for the provision of a modular changing room and/or accessible WC by others) to provide a sports playing surface for children up to the age of 11. The Contracting Authority will act as Funder for Applicants who will come from primarily public sector bodies such as schools and not for profit sports clubs.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 60,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45212200 - Construction work for sports facilities.
45212210 - Single-purpose sports facilities construction work.
45212220 - Multi-purpose sports facilities construction work.
45212221 - Construction work in connection with structures for sports ground.
71220000 - Architectural design services.
71400000 - Urban planning and landscape architectural services.
39293300 - Artificial grass.
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 Contracting Authority is establishing a single provider "Manufacturer-led" framework to deliver small artificial grass pitches (AGP) and associated works (including enabling works for the provision of a modular changing room and/or accessible WC by others). The Provider will enter into a Framework Agreement under the Association of Consultant Architects (ACA), Framework Alliance Contract, FAC-1. Applicants who are successfully awarded grants by the Contracting Authority will enter into a Call-Off contract under the JCT Design & Build Contract 2016 to design, supply and install the facility. Most applicants for funding will be primary schools and it is anticipated that whilst the school holiday period will be the optimum time to carry out works, due to the potential volume of work, all year round delivery will be required. A Framework Managing Consultant (FMC) will be appointed separately and will prepare designs to RIBA Plan of Work Stage 2: Concept Design and obtain planning permission for each project. The Provider will then develop the design through RIBA Plan of Work stages, 3: Developed Design to 4: Technical Design and then install the pitch, including all associated works and services.
II.2.5) Award criteria:
Quality criterion - Name: General Questions / Weighting: 35
Quality criterion - Name: Project Scenario Questions / Weighting: 20
Cost criterion - Name: New Build Standard / Weighting: 20
Cost criterion - Name: New Build (Enhanced Base) / Weighting: 15
Cost criterion - Name: Overlay / Weighting: 10
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: The Authority will award a single place on the framework to the highest scoring Tenderer and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents
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: Yes
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
Notice number in the OJEU: 2018/S 40-86616
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: 02/08/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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: No
Contractor (No.1)
Support In Sport Group Limited
Tavistock Works, Glasson Industrial Estate, Maryport, Cumbria, CA15 8NT, United Kingdom
NUTS Code: UKD1
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: 60,000,000
Total value of the contract/lot: 60,000,000
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 Framework Agreement will be open to use by the following organisations:-
- Football Foundation
- The Football Association
- Applicants for Awards to Sport England
- English Sports Council
- Community Sports Clubs
- National Governing Bodies (of Sport) and their Applicants
- Central Government Bodies
- Sports Councils
- Local Authorities (England and Wales)
- Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments)
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=336454075
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
Internet address: https://www.footballfoundation.org.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: 25/10/2018