Cameron Consulting: Agronomy Consultancy Services

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Agronomy Consultancy Services
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Open
Short Description: “Agronomy Services” (“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future.
Published: 30/03/2016 10:20
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: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             English Sports Council
             21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
             Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
             Contact: Cameron Consulting
             Main Address: http://www.sportengland.org/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./6YR5CD337X
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Agronomy Consultancy Services       
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: “Agronomy Services” (“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.1) Title: Not provided       
      Lot No: Not provided       
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Framework with a number of providers of “Agronomy Services” to provide specialist consultancy services.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number:
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      The minimum requirements are set out in the Invitation to Tender documentation and Supplier Suitability Questionnaire.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Please refer to information contained within the invitation to tender documentation - specifically the evaluation methodology    
      Minimum level(s) of standards possibly required (if applicable) :          
      The minimum requirements are set out in the Invitation to Tender documentation and Supplier Suitability Questionnaire.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The successful consultants selected onto the framework panel will be required as a condition of contract to comply with Sport England terms and conditions for services. Participating organisations (either public bodies or private sector organisations including sports clubs and the like) may use a mini tender competition or direct award procedure in accordance with the call-off procedures set out in the Invitation to Tender to select a consultant from the framework.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 04/05/2016 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 04/05/2016
         Time: 14:00


Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: Sport England (SE) (“the Authority”) is seeking to establish a framework with a number of providers of “Agronomy Services”
(“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future. It is envisaged that this framework will be used in a variety of ways to help the Authority develop guidance on pitch construction and grounds maintenance. One of the key measures of the success of this procurement will be that the appointed consultants assist the Authority with maintaining an excellent reputation with its stakeholders and end users by providing agronomy consultants who can support:-
−Modernising/improving pitch deliverability
−Implementation of maintenance training delivery which is suitable for a variety of knowledge/experience levels i.e from professionals through to local volunteer workforces
−Involvement with planners in the capacity of expert witness
−Services to the Education sector
−Land valuation services

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement within the tender documentation.

The Purchasing Authority is acting on behalf of the following organisations:
Applicants for awards to Sport England, in addition the following may also make use of this framework;
- All sports national governing bodies
- Local authorities
- Central Government
- Charities (including Trusts & Foundations),
- Sports Councils,
- National Governing Bodies (of Sport) and their Applicants
- Higher education and further education bodies,
- National Sports Centres and their operators, and
- individual sports clubs.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./6YR5CD337X

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6YR5CD337X
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: http://www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
       Internet address: http://www.cabinetoffice.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 30/03/2016

Annex A


View any Notice Addenda

Agronomy Consultancy Services

UK-London: Architectural, construction, engineering and inspection services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       English Sports Council
       21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
       Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
       Contact: Cameron Consulting
       Main Address: http://www.sportengland.org/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Agronomy Consultancy Services      Reference number: Not Provided      
   II.1.2) Main CPV code:
      71000000 - Architectural, construction, engineering and inspection services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Sport England is seeking to establish a framework to provide specialist consultancy services which will support Sport England’s relevant natural turf pitch improvement programme (which at time of Tender is referred to as “Protecting Playing Fields Programme”) and other such initiatives identified by the Authority or other Contracting Authority either ongoing or in the future.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 13/04/2016

VI.6) Original notice reference:

   Notice Reference:    2016 - 176561   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 30/03/2016

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 04/05/2016         
         Local Time: 13:00          
         Read:
         Date: 11/05/2016         
         Local Time: 13:00                   
   
VII.2) Other additional information: Sport England (SE) (“the Authority”) is seeking to establish a framework with a number of providers of “Agronomy Services”
(“the Framework”) to provide specialist consultancy services which will support Sport England’s initiatives identified by the Authority either ongoing or in the future. It is envisaged that this framework will be used in a variety of ways to help the Authority develop guidance on pitch construction and grounds maintenance. One of the key measures of the success of this procurement will be that the appointed consultants assist the Authority with maintaining an excellent reputation with its stakeholders and end users by providing agronomy consultants who can support:-
−Modernising/improving pitch deliverability
−Implementation of maintenance training delivery which is suitable for a variety of knowledge/experience levels i.e from professionals through to local volunteer workforces
−Involvement with planners in the capacity of expert witness
−Services to the Education sector
−Land valuation services

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement within the tender documentation.

The Purchasing Authority is acting on behalf of the following organisations:
Applicants for awards to Sport England, in addition the following may also make use of this framework;
- All sports national governing bodies
- Local authorities
- Central Government
- Charities (including Trusts & Foundations),
- Sports Councils,
- National Governing Bodies (of Sport) and their Applicants
- Higher education and further education bodies,
- National Sports Centres and their operators, and
- individual sports clubs.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198699935


View Award Notice

UK-London: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       English Sports Council
       21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
       Tel. +44 1732600500, Email: tenders@camerons.uk.com
       Contact: Cameron Consulting
       Main Address: http://www.sportengland.org/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Agronomy Consultancy Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: “Agronomy Services” (“the Framework”) to provide specialist consultancy services which will support Sport England’s “Protecting Playing Fields” programme and other such initiatives identified by the Authority either ongoing or in the future.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Framework with a number of providers of “Agronomy Services” to provide specialist consultancy services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/09/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PSD (NW) Ltd
             Labosport PSD, Wigan Road, Lancashire, PR25 5XW, United Kingdom
             NUTS Code: UKD4
            The contractor is an SME: No
         
         Contractor (No.2)
             STRI Ltd
             St Ives Estate, Harden, Bingley, West Yorkshire, BD16 1AU, United Kingdom
             NUTS Code: UKE4
            The contractor is an SME: No
         
         Contractor (No.3)
             TGMS Ltd
             4 Doolittle Mill, Froghall Road, Ampthill, Bedfordshire, MK45 2ND, United Kingdom
             NUTS Code: UKH2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 40%                   
         Short description of the part of the contract to be subcontracted:
          Testing; Lighting and Surveying services may be subcontracted          
Section VI: Complementary information

   VI.3) Additional information: The Purchasing Authority is acting on behalf of the following organisations:
Applicants for awards to Sport England, in addition the following may also make use of this framework;
- All sports national governing bodies
- Local authorities
- Central Government
- Charities (including Trusts & Foundations),
- Sports Councils,
- National Governing Bodies (of Sport) and their Applicants
- Higher education and further education bodies,
- National Sports Centres and their operators, and
- individual sports clubs.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=287406109

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: http://www.cedr.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
          Internet address: http://www.cabinetoffice.gov.uk

   VI.5) Date of dispatch of this notice: 28/11/2017