Opportunity

Football Foundation PlayZones Framework (Providers)

  • Football Foundation

F02: Contract notice

Notice reference: 2023/S 000-005732

Published 27 February 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Football Foundation

Wembley Stadium

London

HA9 0WS

Contact

Neil Thody

Email

tenders@camerons.uk.com

Telephone

+44 2033266959

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

United Kingdom

Internet address(es)

Main address

https://footballfoundation.org.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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)

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.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.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.

two.2) Description

two.2.1) Title

Lot 1: North East England & Yorkshire

Lot No

1

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
  • UKC - North East (England)
Main site or place of performance

NORTH 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. 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).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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.

two.2) Description

two.2.1) Title

Lot 2: North West England & Midlands

Lot No

2

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
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKD - North West (England)
Main site or place of performance

EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),NORTH WEST (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. 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).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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.

two.2) Description

two.2.1) Title

Lot 3: London & South and East of England

Lot No

3

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
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

EAST OF ENGLAND,SOUTH EAST (ENGLAND),SOUTH WEST (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. 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).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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.

three.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


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

Framework agreement with several operators

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: 2022/S 029-000049

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 March 2023

Local time

12:00pm

Place

Online


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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" target="_blank">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" target="_blank">https://www.delta-esourcing.com/respond/29U6V7C772

GO Reference: GO-2023227-PRO-22218590

six.4) Procedures for review

six.4.1) Review body

Football Foundation

Wembley Stadium

London

HA9 0WS

Email

tenders@camerons.uk.com

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Telephone

+44 2075366000

Country

United Kingdom

Internet address

www.cedr.com

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

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom

Internet address

www.cabinetoffice.gov.uk