Cameron Consulting: Football Foundation PlayZones Framework (Framework Managing Consultant)

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Football Foundation PlayZones Framework (Framework Managing Consultant)
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Open
Short Description: The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches (PlayZones). This procurement relates to the appointment of a Single Provider Framework for a Framework Managing Consultant who will be awarded a place on the framework and who will be required to work as part of an integrated team with the PlayZone Providers to deliver the works. The Contracting Authority will act as Funder for Applicants who will come from primarily public sector bodies such as local authorities, housing associations, schools and not for profit sports clubs. Works will be delivered adopting a two-stage design & build approach. The Contracting Authority is purchasing on behalf of itself and the entities listed at Section VI.
Published: 27/02/2023 14:46
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
             Wembley Stadium, London, HA9 0WS, United Kingdom
             Tel. +44 2033266959, Email: tenders@camerons.uk.com
             Contact: Neil Thody
             Main Address: https://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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./AQ7B6HBTS3
      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: Football Foundation PlayZones Framework (Framework Managing Consultant)       
      Reference Number: T10430/2
      II.1.2) Main CPV Code:
      71530000 - Construction consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches (PlayZones). This procurement relates to the appointment of a Single Provider Framework for a Framework Managing Consultant who will be awarded a place on the framework and who will be required to work as part of an integrated team with the PlayZone Providers to deliver the works.

The Contracting Authority will act as Funder for Applicants who will come from primarily public sector bodies such as local authorities, housing associations, schools and not for profit sports clubs. Works will be delivered adopting a two-stage design & build approach. The Contracting Authority is purchasing on behalf of itself and the entities listed at Section VI.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71324000 - Quantity surveying services.
      71322100 - Quantity surveying services for civil engineering works.
      71200000 - Architectural and related services.
      71317210 - Health and safety consultancy services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Framework Management Consultant (FMC) to work as part of an integrated team delivering PlayZones. The sole appointed FMC will act in the role of "Employer's Agent" and "Cost Consultant" in supporting project delivery. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Procurement Documents. The Services will be "called-off" under the Direct Award Procedure. The Form of Framework Agreement is the ACA Framework Alliance Contract FAC-1 and the call-off contract for the FMC will be a bespoke Consultant Agreement. The Contracting Authority is purchasing on behalf of itself and the entities listed at Section VI.
      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.2.10) 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 that meets 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 Pre-Qualification Questionnaire (PQQ) 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 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 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: 2022/S 029 - 049       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/03/2023 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: 31/03/2023
         Time: 12:00
         Place:
         Online
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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. Applicants should note that the estimated value of the Framework as set out in this Notice is based on the Contracting Authority’s current anticipated requirements. This value may increase if other entities decide to join and call off under the Framework Agreement. The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. The Contracting Authority will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions. The Framework Agreement will be open to use by the following organisations:-
- Football Foundation
- The Football Association
- Applicants for Awards to the Sports Council of England
- Community Sports Clubs
- National Governing Bodies (of Sport) and their Applicants
- Central Government Bodies
- Sports Councils
- Local Authorities in England
- Education Bodies in England (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-consultancy-services./AQ7B6HBTS3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AQ7B6HBTS3
   VI.4) Procedures for review
   VI.4.1) Review body:
             Football Foundation
       Wembley Stadium, London, HA9 0WS, United Kingdom
       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:    
    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: www.cabinetoffice.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 27/02/2023

Annex A


View any Notice Addenda

View Award Notice