Section one: Contracting authority
one.1) Name and addresses
The 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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 Artificial Grass Pitch (AGP) Consultant Framework 2024-28
Reference number
T10017/2
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 "Manufacturer-led" framework to deliver artificial grass pitches (AGP). This procurement relates to Consultants who will be awarded a place on the framework and who will be required to work as part of an integrated team with the AGP Providers to deliver sports playing surfaces to meet the requirements of the National Governing Bodies of Sport including Football, Hockey, Rugby Union and Rugby League. The Contracting Authority will act as Funder for Applicants who will come from primarily public sector. The framework is being procured in lots as set out in this notice.
two.1.5) Estimated total value
Value excluding VAT: £40,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
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:
Lot 1 - Framework Managing Consultant (FMC); Lot 2 - Design Consultant (DC); Lot 3 - Specialist Testing Consultant (STC). Tenderers bidding for Lot 1, may only bid for Lot 1. Tenderers bidding for either lots 2 or 3 may bid for both lots and may be awarded a place on both lots. Tenderers bidding for Lots 2 or 3, may not bid for Lot 1.
two.2) Description
two.2.1) Title
Lot 1 - Framework Managing Consultant (FMC)
Lot No
1
two.2.2) Additional CPV code(s)
- 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
- UK - United Kingdom
two.2.4) Description of the procurement
Framework Management Consultant (FMC) to work as part of an integrated team delivering artificial grass pitches (AGP). The sole appointed FMC will act in the role of "Employer's Agent" and "Cost Consultant" under JCT DB2016 contract, 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.
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 one place on this lot 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 - Design Consultant (DC)
Lot No
2
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71220000 - Architectural design services
- 71222000 - Architectural services for outdoor areas
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71420000 - Landscape architectural services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Design Consultant (DC) to work as part of an integrated team delivering artificial grass pitches (AGP). The DC will act in the role of "Lead Designer" under JCT DB2016 contract, up to RIBA Plan of Work Stage 4: Technical Design, 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.
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 up to two places on the Framework, on this lot to the highest scoring Tenderer(s) that meet the Authority’s minimum requirements as set out in the Procurement Documents.
two.2) Description
two.2.1) Title
Lot 3 - Specialist Testing Consultant (STC)
Lot No
3
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Specialist Testing Consultant (STC) to work as part of an integrated team delivering artificial grass pitches (AGP). The appointed STC will undertake testing of the sub-structure at key stages throughout the project, 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.
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 up to two places on the framework on this lot, to the highest scoring Tenderer(s) that meet 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
Envisaged maximum number of participants to the framework agreement: 5
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.2.2) Time limit for receipt of tenders or requests to participate
Date
6 November 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
Tender must be valid until: 1 April 2024
four.2.7) Conditions for opening of tenders
Date
6 November 2023
Local time
12:00pm
Place
Online
Information about authorised persons and opening procedure
Consultant on behalf of the Contracting Authority
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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
- The Rugby Football Union
- The Rugby Football League
- England Hockey
- Applicants for Awards to Sport England
- English Sports Council
- Community Sports Clubs
- National Governing Bodies (of Sport) and their Applicants
- Central Government Bodies
- Sports Councils
- Local Authorities (England, Scotland, Wales & Northern Ireland)
- Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments)
- Cymru Football Foundation
- The Scottish FA
- Irish Football Association
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230281.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230281)
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
London
SW1A 2AS
Telephone
+44 2072761234
Country
United Kingdom