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: | 28/06/2023 17:39 |
View Full Notice
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./JC72CR7538
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- London & South and East of England
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: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
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
UKI LONDON
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. The framework will comprise of Two Providers. Works will be "called-off" under the Direct Award Procedure with the top scoring Tenderer being awarded work and the second placed Tenderer acting as back-up; further details are set out in the Procurement Documents. 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). The successful Tenderers will be required to join an existing Framework Agreement which covers two other areas of England, 1. North East England & Yorkshire, and 2. North West England and Midlands. This procurement relates to 3. London and South of England.
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: 2
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: 2023/S 000 - 005732
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/07/2023 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: 31/07/2023
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./JC72CR7538
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JC72CR7538
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: 28/06/2023
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
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
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Football Foundation PlayZones Framework (Providers) Reference number: T10430/1- London & South and East of England
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.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 19/07/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 594155
Notice number in OJ S: 2023/S 000 - 594155
Date of dispatch of the original notice: 28/06/2023
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: II.2.3
Lot No: Not provided
Place of text to be modified: II.2.3 Place of performance
Instead of: UKK South West (England)
Read: UKK South West (England) is covered under a previous procurement and does not sit within this procurement activity
VII.2) Other 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. UKK South West (England) has been removed from this procurement activity.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./JC72CR7538
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JC72CR7538