Construction Tenders

Sat July 27 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 3rd Oct 2023

Tender Details
Referenceocds-h6vhtk-040788
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£300,000,000
More Tenders »

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 3rd Oct 2023

Tender Details
Referenceocds-h6vhtk-040788
Common Procurement VocabularyConstruction work
Procurement MethodOpen 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

Email

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

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

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

Email

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

Email

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

Internet address

www.cabinetoffice.gov.uk