Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Modular Supplier Framework for Changing Rooms |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association are looking to establish a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. The Modular Building Suppliers will be required to provide a “Turn-Key” service including the design, manufacture, supply and installation of the modular building as well as all other construction works in connection with the provision of the facility. Works may also include extensions to existing facilities using a modular building solution. The Modular Building Suppliers will be required to act in the role of Lead Designer, Principal Designer and Principal Contractor. The Works will be "called-off" under mini-competition in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. |
Published: | 03/08/2016 14:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Football Foundation
Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Contact: Cameron Consulting - Acting on behalf of Football Foundation
Main Address: www.footballfoundation.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./H2YAUB4KUN
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: Modular Supplier Framework for Changing Rooms
Reference Number: T10275A
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association are looking to establish a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. The Modular Building Suppliers will be required to provide a “Turn-Key” service including the design, manufacture, supply and installation of the modular building as well as all other construction works in connection with the provision of the facility. Works may also include extensions to existing facilities using a modular building solution. The Modular Building Suppliers will be required to act in the role of Lead Designer, Principal Designer and Principal Contractor. The Works will be "called-off" under mini-competition in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.
II.1.5) Estimated total value:
Value excluding VAT: 135,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
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.
45212223 - Winter-sports facilities construction work.
44211100 - Modular and portable buildings.
71220000 - Architectural design services.
71400000 - Urban planning and landscape architectural services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71312000 - Structural engineering consultancy services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association are looking to establish a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. The Modular Building Suppliers will be required to provide a “Turn-Key” service including the design, manufacture, supply and installation of the modular building as well as all other construction works in connection with the provision of the facility. Works may also include extensions to existing facilities using a modular building solution. The Modular Building Suppliers will be required to act in the role of Lead Designer, Principal Designer and Principal Contractor. The Works will be "called-off" under mini-competition in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The call-off contracts to be entered into under the framework will be JCT Design & Build Contract 2011 (with amendments). Those able to access the framework and “call-off” services will include the Authority, its partners, National Governing Bodies for Sport, appropriate public contracting authorities and awardees of grant funding including community sports clubs. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments); Rugby Football Union; England Hockey; English & Wales Cricket Board; Rugby Football League; Community Sports Clubs. The estimated value of the framework is between 120,000,000 GBP and 150,000,000 GBP.
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: 135,000,000
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 number of candidates: 12
Objective criteria for choosing the limited number of candidates: The 12 (twelve) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
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 is establishing this framework on behalf of itself and other authorities. Please refer to 11.2.4 description of the procurement.
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. 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 Framework Agreement and Call-Off Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
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
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.1.6) 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: 2015/S 68 - 121339
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/09/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/10/2016
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
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The 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 in the Procurement Documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./H2YAUB4KUN
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H2YAUB4KUN
VI.4) Procedures for review
VI.4.1) Review body:
Football Foundation
Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
Tel. +44 8453454555, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with 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: 03/08/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Football Foundation
Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
Tel. +44 1732600500, Email: tenders@camerons.uk.com
Contact: Cameron Consulting - Acting on behalf of Football Foundation
Main Address: www.footballfoundation.org.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Modular Supplier Framework for Changing Rooms
Reference number: T10275A
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association are looking to establish a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. The Modular Building Suppliers will be required to provide a “Turn-Key” service including the design, manufacture, supply and installation of the modular building as well as all other construction works in connection with the provision of the facility. Works may also include extensions to existing facilities using a modular building solution. The Modular Building Suppliers will be required to act in the role of Lead Designer, Principal Designer and Principal Contractor. The Works will be "called-off" under mini-competition in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 150,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
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.
45212223 - Winter-sports facilities construction work.
44211100 - Modular and portable buildings.
71220000 - Architectural design services.
71400000 - Urban planning and landscape architectural services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71312000 - Structural engineering consultancy services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The Football Foundation (“the Authority”) and its partners including the English Sports Council and the Football Association are looking to establish a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. The Modular Building Suppliers will be required to provide a “Turn-Key” service including the design, manufacture, supply and installation of the modular building as well as all other construction works in connection with the provision of the facility.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / 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: The Authority is establishing this framework on behalf of itself and other authorities. Please refer to 11.2.4 description of the procurement.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: Modular Supplier Framework for Changing Rooms
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/06/2017
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ashley House PLC (in partnership with UK Energy Partners)
Unit 1, Barnes Wallis Court, Buckinghamshire, United Kingdom
NUTS Code: UKJ13
The contractor is an SME: Yes
Contractor (No.2)
Extraspace Solutions (UK) Ltd
First Floor, Unit 1 Belmont Office Park, Belfast, Ireland
NUTS Code: IE
The contractor is an SME: Yes
Contractor (No.3)
Integra Buildings Limited
Integra House, Main Street, East Yorkshire, United Kingdom
NUTS Code: UKE1
The contractor is an SME: Yes
Contractor (No.4)
Portakabin Limited
Yorkon House New Lane, York, United Kingdom
NUTS Code: UKE21
The contractor is an SME: No
Contractor (No.5)
Western Building Systems Ltd
11 Mountjoy Road, Co Tyrone, Ireland
NUTS Code: IE
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 135,000,000
Total value of the contract/lot: 150,000,000
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: 20%
Short description of the part of the contract to be subcontracted:
A variety of specialist services critical to successful delivery of the required works including steel fabrication; engineering consultancy; acoustic engineers; air testing services; crane hire.
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The 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 in the Procurement Documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263532599
VI.4) Procedures for review
VI.4.1) Review body
Football Foundation
Whittington House, 19-30 Alfred Place, London, WC1E 7EA, United Kingdom
Tel. +44 8453454555, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice: 28/11/2017