Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1619740947
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Advanced Procurement for Universities and Colleges (APUC)
Unit 27, Stirling Business Centre
Wellgreen
FK8 2DZ
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House
Salford
M6 6AJ
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
North Western Universities Purchasing Consortium Ltd
Crescent House, University of Salford Room 404
Salford
M5 4WT
natasha.peacock@manchester.ac.uk
Telephone
+44 1612348003
Country
United Kingdom
NUTS code
UKD33 - Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Procurement House
Salford
M6 6AJ
Telephone
+44 1612348003
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1619740947
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
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
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Sports Facilities Installation, Refurbishment, and Maintenance
Reference number
CA13095 - CPC/LO/02/2023
two.1.2) Main CPV code
- 45212200 - Construction work for sports facilities
two.1.3) Type of contract
Works
two.1.4) Short description
This proposal for Sports Facilities Installation, Refurbishment, and Maintenance is a retender of the previous CPC Synthetic Sports Facilities Framework.
Any resulting framework from this exercise will be available to all further education institutions, universities, sixth forms, academies, schools, museums and other similar organisations who are current and future CPC members https://www.thecpc.ac.uk/members/regions.php https://www.gov.uk/guidance/get-information-about-schools. Local Authorities may wish to use the resulting framework when procuring on behalf of Educational Establishments. The tender is also available to members of NWUPC Ltd https://www.nwupc.ac.uk/our-members, APUC Ltd https://www.apuc-scot.ac.uk/#!/members, and the wider public sector https://www.thecpc.ac.uk/suppliers/eligible-public-sector-bodies.php
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
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
two.2) Description
two.2.1) Title
Outdoor Sports Facilities Installation and Refurbishment
Lot No
1
two.2.2) Additional CPV code(s)
- 45212221 - Construction work in connection with structures for sports ground
- 45212290 - Repair and maintenance work in connection with sports facilities
- 45212200 - Construction work for sports facilities
- 45212210 - Single-purpose sports facilities construction work
- 45212220 - Multi-purpose sports facilities construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of works including but not limited to the planning, design, consultancy, excavation, groundwork, utility connections, lighting, construction, surface marking, fencing, security, aftercare, servicing & maintenance, refurbishment, deconstruction, disposal, and recycling of external sporting facilities made from organic or inorganic materials, including but not limited to 3G pitches, multi-use games areas, tennis courts, athletic tracks, and cricket wickets.
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: £15,000,000
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: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
To be specified on a per project basis
two.2) Description
two.2.1) Title
Outdoor Sports Facilities Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 45212290 - Repair and maintenance work in connection with sports facilities
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot is for the provision of daily, weekly, monthly, and/or yearly services including but not limited to inspection, drag brushing/drag matting, power sweeping, top-up of infill material, moss & weed treatment, line marking, repair, decompaction, deep cleaning and provision of annual reports for external sporting facilities made from organic or inorganic materials, including but not limited to 3G pitches, multi-use games areas, tennis courts, athletic tracks, and cricket wickets.
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: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
To be specified on a per project basis
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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: 14
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-018447
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
5 December 2023
Local time
12:00pm
Changed to:
Date
8 December 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
5 December 2023
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly
six.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom