Tender

Football Foundation Artificial Grass Pitch (AGP) Consultant Framework 2024-28

  • The Football Foundation

F02: Contract notice

Notice identifier: 2023/S 000-029138

Procurement identifier (OCID): ocds-h6vhtk-040789

Published 3 October 2023, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

The Football Foundation

Wembley Stadium

London

HA9 0WS

Email

info@orangepeel.uk

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

Email

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

Email

info@cedr.com

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

Internet address

www.cabinetoffice.gov.uk