Cameron Consulting: Football Foundation PlayZones Framework (Providers)

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Football Foundation PlayZones Framework (Providers)
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Works
Procedure: Open
Short Description: The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches. Providers will be required to design and build the small-sided pitch and all associated works to provide a playing surface for football and other sports. 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 14:43
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 work.
Section I: Contracting Authority
      I.1) Name and addresses
             Football Foundation, United Kingdom
             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-work./29U6V7C772
      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 (Providers)       
      Reference Number: T10430/1
      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 multiple provider framework to deliver small-sided, multi-use pitches. Providers will be required to design and build the small-sided pitch and all associated works to provide a playing surface for football and other sports. 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: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may compete for one or more lots. Tenderers competing in more than one lot should note that they will only be awarded a maximum of two lots. Tenderers will be required to state their preferences as set out in the procurement documents.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: North East England & Yorkshire       
      Lot No: 1       
      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.
      45200000 - Works for complete or part construction and civil engineering work.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches. Providers will be required to design and build the small-sided pitch and all associated works to provide a playing surface for football and other sports. 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. Each lot will comprise of a Single Provider and works 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 is JCT Intermediate (with Contractor's Design) incorporating a Pre-Construction Services Agreement (PCSA).
      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: Not provided       
      Currency: Not provided       
      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.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: North West England & Midlands       
      Lot No: 2       
      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.
      45200000 - Works for complete or part construction and civil engineering work.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches. Providers will be required to design and build the small-sided pitch and all associated works to provide a playing surface for football and other sports. 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. Each lot will comprise of a Single Provider and works 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 is JCT Intermediate (with Contractor's Design) incorporating a Pre-Construction Services Agreement (PCSA).
      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: Not provided       
      Currency: Not provided       
      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.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3: London & South and East of England       
      Lot No: 3       
      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.
      45200000 - Works for complete or part construction and civil engineering work.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches. Providers will be required to design and build the small-sided pitch and all associated works to provide a playing surface for football and other sports. 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. Each lot will comprise of a Single Provider and works 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 is JCT Intermediate (with Contractor's Design) incorporating a Pre-Construction Services Agreement (PCSA).
      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: Not provided       
      Currency: Not provided       
      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.2.2) Contract performance conditions       
      The Successful Tenderers 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 several operators       
         Envisaged maximum number of participants to the framework agreement: 6           
         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-work./29U6V7C772

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/29U6V7C772
   VI.4) Procedures for review
   VI.4.1) Review body:
             Football Foundation
       Wembley Stadium, London, HA9 0WS, United Kingdom
       Email: tenders@camerons.uk.com
   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 Contracting 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: 27/02/2023

Annex A


View any Notice Addenda

View Award Notice