Construction Contract Leads
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 3rd Oct 2023
Reference | ocds-h6vhtk-040788 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £300,000,000 |
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 3rd Oct 2023
Reference | ocds-h6vhtk-040788 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £300,000,000 |
Section I: Contracting authority
I.1) Name and addresses
The Football Foundation
Wembley Stadium
London
HA9 0WS
Contact
Neil Thody
info [at] orangepeel.uk
Telephone
+44 7956870261
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
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Football Foundation Artificial Grass Pitch (AGP) Provider Framework 2024-28
Reference number
T10017/1
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
The Contracting Authority is establishing a multiple provider "Manufacturer-led" framework of Providers to deliver artificial grass pitches (AGP). Providers will be required to design, supply and install AGP pitches and all associated works to provide 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 bodies such as schools and not for profit sports clubs. Works will be delivered adopting a single-stage design & build approach under JCT DB2016 and the Framework Agreement is the ACA Framework Alliance Contract, FAC-1. The Contracting Authority is purchasing on behalf of itself and the entities listed at Section VI.
II.1.5) Estimated total value
Value excluding VAT: £300,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45212200 - Construction work for sports facilities
- 45212210 - Single-purpose sports facilities construction work
- 45212220 - Multi-purpose sports facilities construction work
- 45212221 - Construction work in connection with structures for sports ground
- 71220000 - Architectural design services
- 71400000 - Urban planning and landscape architectural services
- 39293300 - Artificial grass
- 71317210 - Health and safety consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
The Contracting Authority is establishing a multiple provider "Manufacturer-led" framework to deliver artificial grass pitches (AGP) and associated works to provide playing surfaces for Football, Hockey, Rugby Union and Rugby League, all in accordance with National Governing Bodies and International Regulations for pitch design. Providers will enter into a Framework Agreement under the Association of Consultant Architects (ACA), Framework Alliance Contract, FAC-1. Applicants who are successfully awarded grants by the Contracting Authority will enter into a Call-Off contract with the AGP Supplier under the JCT Design & Build Contract 2016 to design, supply and install the AGP pitch facility.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £300,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The Authority will award around 6 places on the framework to the highest scoring Tenderers that meet the Authority’s minimum requirements as set out in the Procurement Documents.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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: 6
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
6 November 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 April 2024
IV.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 VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.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=230279.
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:230279)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
info [at] cedr.com
Telephone
+44 2075366000
Country
United Kingdom
VI.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.
VI.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