Football Foundation Artificial Grass Pitch (AGP) Consultant Framework 2024-28 (Великобритания (Англия, Шотландия, Уэльс) - Тендер #46771788) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: The Football Foundation Номер конкурса: 46771788 Дата публикации: 05-10-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Football Foundation Artificial Grass Pitch (AGP) Consultant Framework 2024-28 |
OCID: | ocds-h6vhtk-040789 |
Published by: | The Football Foundation |
Authority ID: | AA84679 |
Publication Date: | 05/10/2023 |
Deadline Date: | 06/11/2023 |
Deadline Time: | 12:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
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. |
The Football Foundation
Wembley Stadium
London
HA9 0WS
UK
E-mail: info@orangepeel.uk
NUTS: UK
Internet address(es)
Main address: https://footballfoundation.org.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43198
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.mytenders.co.uk
Body governed by public law
Recreation, culture and religion
Football Foundation Artificial Grass Pitch (AGP) Consultant Framework 2024-28
Reference number: T10017/2
II.1.2) Main CPV code71530000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe 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.
II.1.5) Estimated total valueValue excluding VAT: 40 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 2 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:
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.
Lot No: 1
II.2.1) TitleLot 1 - Framework Managing Consultant (FMC)
II.2.2) Additional CPV code(s)71324000
71322100
71200000
71317210
71541000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementFramework 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.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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.
Lot No: 2
II.2.1) TitleLot 2 - Design Consultant (DC)
II.2.2) Additional CPV code(s)71200000
71220000
71222000
71240000
71250000
71251000
71420000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementDesign 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.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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.
Lot No: 3
II.2.1) TitleLot 3 - Specialist Testing Consultant (STC)
II.2.2) Additional CPV code(s)71600000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementSpecialist 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.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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.
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.
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
The Successful Tenderers will be required to meet the Authority"s minimum requirements as set out in the Procurement Documents.
III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
Date: 06/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/04/2024
IV.2.7) Conditions for opening of tendersDate: 06/11/2023
Local time: 12:00
Place:
Online
Information about authorised persons and opening procedure:
Consultant on behalf of the Contracting Authority
This is a recurrent procurement: No
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)
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation proceduresCentre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
UK
Telephone: +44 2075366000
E-mail: info@cedr.com
VI.4.3) Review procedurePrecise 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.
VI.4.4) Service from which information about the review procedure may be obtainedCabinet Office
70 Whitehall
London
SW1A 2AS
UK
Telephone: +44 2072761234
Internet address(es)
URL: www.cabinetoffice.gov.uk
03/10/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | info@orangepeel.uk |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
71251000 | Architectural and building-surveying services | Architectural, engineering and surveying services |
71200000 | Architectural and related services | Architectural, construction, engineering and inspection services |
71220000 | Architectural design services | Architectural and related services |
71222000 | Architectural services for outdoor areas | Architectural design services |
71240000 | Architectural, engineering and planning services | Architectural and related services |
71250000 | Architectural, engineering and surveying services | Architectural and related services |
71530000 | Construction consultancy services | Construction-related services |
71541000 | Construction project management services | Construction management services |
71317210 | Health and safety consultancy services | Hazard protection and control consultancy services |
71420000 | Landscape architectural services | Urban planning and landscape architectural services |
71324000 | Quantity surveying services | Engineering design services |
71322100 | Quantity surveying services for civil engineering works | Engineering design services for the construction of civil engineering works |
71600000 | Technical testing, analysis and consultancy services | Architectural, construction, engineering and inspection services |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |