Section one: Contracting authority
one.1) Name and addresses
Football Foundation
Wembley Stadium
London
HA9 0WS
Contact
Neil Thody
Telephone
+44 2033266959
Country
United Kingdom
NUTS code
UK - 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-consultancy-services./AQ7B6HBTS3
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 (Framework Managing Consultant)
Reference number
T10430/2
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contracting Authority is establishing a multiple provider framework to deliver small-sided, multi-use pitches (PlayZones). This procurement relates to the appointment of a Single Provider Framework for a Framework Managing Consultant who will be awarded a place on the framework and who will be required to work as part of an integrated team with the PlayZone Providers to deliver the works.
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: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
- 71324000 - Quantity surveying services
- 71322100 - Quantity surveying services for civil engineering works
- 71200000 - Architectural and related services
- 71317210 - Health and safety consultancy services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKJ - South East (England)
- UKK - South West (England)
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Framework Management Consultant (FMC) to work as part of an integrated team delivering PlayZones. The sole appointed FMC will act in the role of "Employer's Agent" and "Cost Consultant" in supporting project delivery. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Procurement Documents. The Services 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 for the FMC will be a bespoke Consultant Agreement. The Contracting Authority is purchasing on behalf of itself and the entities listed at Section VI.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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 Tenderer 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 a single operator
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-consultancy-services./AQ7B6HBTS3" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./AQ7B6HBTS3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AQ7B6HBTS3" target="_blank">https://www.delta-esourcing.com/respond/AQ7B6HBTS3
GO Reference: GO-2023227-PRO-22218592
six.4) Procedures for review
six.4.1) Review body
Football Foundation
Wembley Stadium
London
HA9 0WS
tenders@cameron-consulting.co.uk
Country
United Kingdom
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
Internet address
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