Section one: Contracting authority
one.1) Name and addresses
Football Foundation
Wembley Stadium
London
HA9 0WS
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://footballfoundation.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43198
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Football Foundation PlayZones Framework (Providers) London & South East England
Reference number
T10430/1
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £20,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the 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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost / Weighting: 40%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-018465
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 November 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Cleveland Land Services (Guisborough) Limited
Park Farm, Dunsdale
Guisborough
TS14 6RQ
Country
United Kingdom
NUTS code
- UKC - North East (England)
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McArdle Sport-Tec Ltd
1-2 Thames Park, Lester Way
Wallingford
OX10 9TA
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £20,000,000
Total value of the contract/lot: £16,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 80 %
Section six. Complementary information
six.3) Additional information
(MT Ref:231058)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Country
United Kingdom
six.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.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
Lodnon
SW1A 2AS
Telephone
+44 2072761234
Country
United Kingdom