Cameron Consulting: AGP Framework Managing Consultant

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: AGP Framework Managing Consultant
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: Framework Management Consultant (FMC) to manage a manufacturer led framework of organisations to supply and install artificial grass pitches (AGP). The FMC will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of AGP. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement which will be issued with the Invitation to Tender (ITT).
Published: 28/03/2014 09:55
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: Quantity surveying 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 8453454555, URL: www.footballfoundation.org.uk
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Recreation, culture and religion

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: AGP Framework Managing Consultant
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 11

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 4,000,000 and 7,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Quantity surveying services. Quantity surveying services for civil engineering works. Architectural and related services. Architectural design services. Architectural services for outdoor areas. Architectural, engineering and planning services. Architectural, engineering and surveying services. Urban planning and landscape architectural services. Landscape architectural services. Health and safety consultancy services. Framework Management Consultant (FMC) to manage a manufacturer led framework of organisations to supply and install artificial grass pitches (AGP). The FMC will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of AGP. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement which will be issued with the Invitation to Tender (ITT).
         
      II.1.6)Common Procurement Vocabulary:
         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.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The total estimated value of services for the entire Framework for the full duration (4 years) is between 5,000,000GBP and 10,000,000GBP. The Football Foundation as Lead Authority ("the Authority") and any of the other authorities reserve the right to commission works outside of the Framework and the framework is non-exclusive and does not guarantee any minimum levels of work                  
         Estimated value excluding VAT:
         Range between: 4,000,000 and 7,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Tender (ITT) and accompanying documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms of payment will be set out in the ITT and accompanying documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but the Authority reserves the right to require one party to undertake primary contracting responsibility for the works or to require that one or more parties are jointly or severally liable or to create a particular legal entity.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The selected economic operator will be required to perform the services to the required standards set out in the ITT and accompanying documentation. The successful economic operator will be required as a condition of contract to comply with the Authority's terms and conditions. Participating organisations (as set out at I.2) may use the economic operator in accordance with the terms of the Framework Agreement.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      Applicants will be required to complete a PQQ consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to complete a PQQ consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to complete a PQQ consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 6
         
         Objective Criteria for choosing the limited number of candidates:
         A single economic operator will be appointed. On this basis, it is anticipated that 6 bidders will be invited to tender. The successful bidder will be appointed based on the criteria set out in the ITT and accompanying documentation.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T10231      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 18 - 26932 of 25/01/2014
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 05/05/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 09/06/2014      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The process seeks to select operators offering the appropriate capability, capacity and competency. The Authority reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed PQQ to be received by the tender portal at https://www.delta-esourcing.com/. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English (or a full translation provided at no cost to The Authority). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation to Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender. No contract capable of acceptance will be created between The Authority and any party until a contract is executed between The Authority and the selected providers. Applicants are liable for all of their own costs in participating in this process.

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Quantity-surveying-services./MCE4KW4FDM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MCE4KW4FDM
GO-2014328-PRO-5565793 TKR-2014328-PRO-5565792
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourtsservice. gov.uk

      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, URL: www.cedr.com

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 (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 debrief 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 operator 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 2006 (as amended). Any such proceedings must be brought in the High Court of England & Wales.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
      Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 28/03/2014

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      National Sports Centres
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Applicants for Awards to Sport England
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Central Government Bodies
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         4: Contracting Authority
      Charities (including Trusts & Foundations)
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         5: Contracting Authority
      Sports Councils
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         6: Contracting Authority
      National Governing Bodies (of Sport) and their Applicants
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         7: Contracting Authority
      Local Authorities (United Kingdom)
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         8: Contracting Authority
      Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments)
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         9: Contracting Authority
      The Football Association
      Wembley Stadium, PO Box 1966, London, SW1P 9EQ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         10: Contracting Authority
      Rugby Football Union
      Rugby House, Twickenham Stadium, 200 Whitton Road, Twickenham, TW2 7BA, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         11: Contracting Authority
      England Hockey
      Bisham Abbey NSC, Bisham, Marlow, SL7 1RR, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         12: Contracting Authority
      Rugby Football League
      Red Hall, Red Hall Lane, Leeds, LS17 8NB, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         13: Contracting Authority
      English Sports Council
      3rd Floor, Victoria House, Bloomsbury Square, London, WC1B 4SE, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         14: Contracting Authority
      Community Sports Clubs
      Various, Various, United Kingdom

View any Notice Addenda

AGP Framework Managing Consultant

UK-London: Quantity surveying services.

Section I: Contracting Authority
   Title: UK-London: Quantity surveying services.
   I.1)Name, Addresses And Contact Point(s)
      Football Foundation
      Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
      Tel. +44 8453454555, URL: www.footballfoundation.org.uk
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: AGP Framework Managing Consultant
      II.1.2)Short description of the contract or purchase:
      Quantity surveying services. Quantity surveying services for civil engineering works. Architectural and related services. Architectural design services. Architectural services for outdoor areas. Architectural, engineering and planning services. Architectural, engineering and surveying services. Urban planning and landscape architectural services. Landscape architectural services. Health and safety consultancy services. Framework Management Consultant (FMC) to manage a manufacturer led framework of organisations to supply and install artificial grass pitches (AGP). The FMC will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of AGP. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement which will be issued with the Invitation to Tender (ITT).
      
      II.1.3)Common procurement vocabulary:
      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.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: T10231      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 133030
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 28/03/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: VI.3.4            
            Instead of: 06/05/2014 Time: 12:00
            Read: 16/05/2014 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The process seeks to select operators offering the appropriate capability, capacity and competency. The Authority reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed PQQ to be received by the tender portal at https://www.delta-esourcing.com/. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English (or a full translation provided at no cost to The Authority). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation to Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender. No contract capable of acceptance will be created between The Authority and any party until a contract is executed between The Authority and the selected providers. Applicants are liable for all of their own costs in participating in this process.

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96635804
GO-201451-PRO-5640713 TKR-201451-PRO-5640712

      VI.5)Date of dispatch: 01/05/2014
AGP Framework Managing Consultant

UK-London: Quantity surveying services.

Section I: Contracting Authority
   Title: UK-London: Quantity surveying services.
   I.1)Name, Addresses And Contact Point(s)
      Football Foundation
      Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
      Tel. +44 8453454555, URL: www.footballfoundation.org.uk
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: AGP Framework Managing Consultant
      II.1.2)Short description of the contract or purchase:
      Quantity surveying services. Quantity surveying services for civil engineering works. Architectural and related services. Architectural design services. Architectural services for outdoor areas. Architectural, engineering and planning services. Architectural, engineering and surveying services. Urban planning and landscape architectural services. Landscape architectural services. Health and safety consultancy services. Framework Management Consultant (FMC) to manage a manufacturer led framework of organisations to supply and install artificial grass pitches (AGP). The FMC will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of AGP. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement which will be issued with the Invitation to Tender (ITT).
      
      II.1.3)Common procurement vocabulary:
      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.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: T10231      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 133030
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 28/03/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Both
            Modification of original information submitted by the contracting authority.
            Publication on TED not compliant with original information provided by the contracting authority.
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4            
            Instead of: 05/05/2014 Time: 12:00
            Read: 06/05/2014 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The process seeks to select operators offering the appropriate capability, capacity and competency. The Authority reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed PQQ to be received by the tender portal at https://www.delta-esourcing.com/. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English (or a full translation provided at no cost to The Authority). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation to Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender. No contract capable of acceptance will be created between The Authority and any party until a contract is executed between The Authority and the selected providers. Applicants are liable for all of their own costs in participating in this process.

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96636271
GO-2014423-PRO-5624907 TKR-2014423-PRO-5624906

      VI.5)Date of dispatch: 23/04/2014

View Award Notice

UK-London: Quantity surveying services.

Section I: Contracting Authority
   Title: UK-London: Quantity surveying services.
   I.1)Name, Addresses and Contact Point(s):
      Football Foundation
      Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
      Tel. +44 8453454555, URL: www.footballfoundation.org.uk
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Recreation, culture and religion

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: AGP Framework Managing Consultant      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 11
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Quantity surveying services. Quantity surveying services for civil engineering works. Architectural and related services. Architectural design services. Architectural services for outdoor areas. Architectural, engineering and planning services. Architectural, engineering and surveying services. Urban planning and landscape architectural services. Landscape architectural services. Health and safety consultancy services. Framework Management Consultant (FMC) to manage a manufacturer led framework of organisations to supply and install artificial grass pitches (AGP). The FMC will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of AGP. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement which will be issued with the Invitation to Tender (ITT).
      II.1.5)Common procurement vocabulary:
         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.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 7,000,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 70
         Cost - 30
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T10231         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Prior information notice
         Notice number in OJ: 2014/S 18 - 26932 of 25/01/2014         
         
         
         
         Other previous publications: Yes
            Notice number in OJ: 2014/S 82 - 142893 of 02/04/2014


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: T10231

      V.1)Date Of Contract Award: 01/04/2015      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Robinson Low Francis LLP
         Postal address: 7th Floor, 54 Hagley Road
         Town: Birmingham
         Postal code: B16 8PE
         Country: United Kingdom
         Email: birmingham@rlf.co.uk
         Telephone: +44 1214561474
         Internet address: http://www.rlf.co.uk/
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 7,000,000
            Currency: GBP

      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=141180056
GO-2015424-PRO-6548008 TKR-2015424-PRO-6548007   
   VI.3.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourtsservice. gov.uk

      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, URL: www.cedr.com
   VI.3.2)Lodging of appeals: Tenderers have a right of appeal provided for within the Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court of England & Wales.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
      Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 24/04/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      National Sports Centres Various, Various, United Kingdom
      Various, Various, United Kingdom
   
   2: Contracting Authority
      Applicants for Awards to Sport England
      Various, Various, United Kingdom
   
   3: Contracting Authority
      Central Government Bodies
      Various, Various, United Kingdom
   
   4: Contracting Authority
      Charities (including Trusts & Foundations)
      Various, Various, United Kingdom
   
   5: Contracting Authority
      Sports Councils
      Various, Various, United Kingdom
   
   6: Contracting Authority
      National Governing Bodies (of Sport) and their Applicants
      Various, Various, United Kingdom
   
   7: Contracting Authority
      Local Authorities (United Kingdom)
      Various, Various, United Kingdom
   
   8: Contracting Authority
      Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments)
      Various, Various, United Kingdom
   
   9: Contracting Authority
      The Football Association
      Wembley Stadium, PO Box 1966, London, SW1P 9EQ, United Kingdom
   
   10: Contracting Authority
      Rugby Football Union
      Rugby House, Twickenham Stadium, 200 Whitton Road, Twickenham, TW2 7BA, United Kingdom
   
   11: Contracting Authority
      England Hockey
      Bisham Abbey NSC, Bisham, Marlow, SL7 1RR, United Kingdom
   
   12: Contracting Authority
      Rugby Football League
      Red Hall, Red Hall Lane, Leeds, LS17 8NB, United Kingdom
   
   13: Contracting Authority
      English Sports Council
      1st Floor, 21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
   
   14: Contracting Authority
      Community Sports Clubs
      Various, Various, United Kingdom