United Kingdom-London: Artificial grass tender
Official EU reference: 110152-2014
Procurer reference: T10230
Published on: 02/04/2014
Deadline date:05/05/2014
Location where the contract is to be carried out: United Kingdom
Name of the buying organisation: FOOTBALL FOUNDATION
Summary of the contract
Manufacturer Led Artificial Grass Pitch (AGP) Framework.
Artificial grass. Landscaping work for sports grounds and recreational
areas. Construction work for sports facilities. Single-purpose sports
facilities construction work. Multi-purpose sports facilities construction
work. Construction work in connection with structures for sports ground.
Winter-sports facilities construction work. Architectural design services.
Urban planning and landscape architectural services. Football Foundation,
Rugby Football Union, English Sports Council and England Hockey is looking
to establish a manufacturer led framework of organisations to supply and
install artificial grass pitches (AGP). The framework will be for
manufacturer led organisations to supply and then install, through their
own supply chain, AGP pitches and associated works. The Framework will be
established as a Multi-party Framework. The Works will be “called-off”
under mini-competition in accordance with the terms and conditions set out
in the Framework Agreement which will be issued with the Invitation to
Tender (ITT).
CPV: 39293300, 45112720, 45212200, 45212210, 45212220, 45212221, 45212223,
71220000, 71400000.
Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Football Foundation
Whittington House, 19-30 Alfred Place
WC1E 7EA London
UNITED KINGDOM
Telephone: +44 8453454555
Internet address(es):
General address of the contracting authority:
www.footballfoundation.org.uk
Electronic access to information: https://www.delta-esourcing.com/
Electronic submission of tenders and requests to participate:
https://www.delta-esourcing.com/
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Recreation, culture and religion
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
National Sports Centres
Various
Various
UNITED KINGDOM
Applicants for Awards to Sport England
Various
Various
UNITED KINGDOM
Central Government Bodies
Various
Various
UNITED KINGDOM
Charities (including Trusts & Foundations)
Various
Various
UNITED KINGDOM
Sports Councils
Various
Various
UNITED KINGDOM
National Governing Bodies (of Sport) and their Applicants
Various
Various
UNITED KINGDOM
Local Authorities (United Kingdom)
Various
Various
UNITED KINGDOM
Education Bodies in the UK (Including Maintained Schools, Academies, Free
Schools, University Technical Colleges, Further & Higher Education
Establishments)
Various
Various
UNITED KINGDOM
The Football Association
Wembley Stadium, PO Box 1966
SW1P 9EQ London
UNITED KINGDOM
Rugby Football Union
Rugby House, Twickenham Stadium, 200 Whitton Road
TW2 7BA Twickenham
UNITED KINGDOM
England Hockey
Bisham Abbey NSC, Bisham
SL7 1RR Marlow
UNITED KINGDOM
Rugby Football League
Red Hall, Red Hall Lane
LS17 8NB Leeds
UNITED KINGDOM
English Sports Council
3rd Floor, Victoria House, Bloomsbury Square
WC1B 4SE London
UNITED KINGDOM
Community Sports Clubs
Various
Various
UNITED KINGDOM
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Manufacturer Led Artificial Grass Pitch (AGP) Framework.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Realisation, by whatever means of work, corresponding to the requirements
specified by the contracting authorities
NUTS code UK
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 95 000 000 and 150 000 000 GBP
II.1.5) Short description of the contract or purchase(s)
Artificial grass. Landscaping work for sports grounds and recreational
areas. Construction work for sports facilities. Single-purpose sports
facilities construction work. Multi-purpose sports facilities construction
work. Construction work in connection with structures for sports ground.
Winter-sports facilities construction work. Architectural design services.
Urban planning and landscape architectural services. Football Foundation,
Rugby Football Union, English Sports Council and England Hockey is looking
to establish a manufacturer led framework of organisations to supply and
install artificial grass pitches (AGP). The framework will be for
manufacturer led organisations to supply and then install, through their
own supply chain, AGP pitches and associated works. The Framework will be
established as a Multi-party Framework. The Works will be “called-off”
under mini-competition in accordance with the terms and conditions set out
in the Framework Agreement which will be issued with the Invitation to
Tender (ITT).
II.1.6) Common procurement vocabulary (CPV)
39293300, 45112720, 45212200, 45212210, 45212220, 45212221, 45212223,
71220000, 71400000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The total estimated value of services for the entire framework for the
full duration (4 years) is between 95,000,000 GBP and 150,000,000 GBP. The
Football Foundation, as Lead Authority (“the Authority”) and any of the
other authorities reserves the right to commission works outside of the
framework and the framework is non-exclusive and does not guarantee any
minimum levels of work.
Estimated value excluding VAT:
Range: between 95 000 000 and 150 000 000 GBP
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
A Parent Company Guarantee and/or Performance Bond may be required by the
Authority, the details of which will be set out in the Invitation to
Tender (ITT) and accompanying documentation.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
The terms of payment will be set out in the ITT and accompanying
documentation.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
No special legal form is required but the Authority reserves the right to
require one party to undertake primary contracting responsibility for the
works or to require that one or more parties are jointly or severally
liable or to create a particular legal entity.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The selected framework operators
will be required to perform the works to the required standards set out in
the ITT and accompanying documentation. The successful economic operators
will be required as a condition of contract to comply with the Authority’s
terms and conditions. Participating organisations (as set out at I.2) may
use a mini tender competition to select their preferred economic operator
from the Framework in accordance with the terms of the Framework
Agreement.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: The Authority will apply all the offences listed in Article 45(1)
of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public
Contract Regulations (PCR) 2006 in the UK) and all of the professional
misconducts listed at Article 45(2) of Directive 2004/18/EC (see also
Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate
is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the
qualification process. For candidates who are registered overseas, you
will need to declare if you have any offences/misconduct under your own
countries laws, where these laws are equivalent to the Regulation 23
lists.
Candidates who have been convicted of any of the offences under Article
45(1) are ineligible and will not be selected to bid, unless there are
overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or
misconduct under Article 45(2) may be excluded from being selected to bid
at the discretion of the Authority.
Applicants will be required to complete a PQQ consistent with the
provisions of Directive 2004/18/EC and the Public Contracts Regulations
2006. The PQQ is available from the address in Annex A, 1 above and must
be returned to that address by the date stipulated in IV.3.4.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Applicants will be required to complete a PQQ consistent with the
provisions of Directive 2004/18/EC and the Public Contracts Regulations
2006. The PQQ is available from the address in Annex A, 1 above and must
be returned to that address by the date stipulated in IV.3.4.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Applicants will be required to complete a PQQ consistent with the
provisions of Directive 2004/18/EC and the Public Contracts Regulations
2006. The PQQ is available from the address in Annex A, 1 above and must
be returned to that address by the date stipulated in IV.3.4.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged number of operators: 10
Objective criteria for choosing the limited number of candidates: It is
anticipated that there will be 6 economic operators appointed to the
Framework. On this basis, it is anticipated that 10 bidders will be
invited to tender. Bidders will be appointed to the Framework based on the
criteria set out in the ITT and accompanying documentation.
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
T10230
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 18-026932 of 25.1.2014
IV.3.4) Time limit for receipt of tenders or requests to participate
5.5.2014 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
9.6.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
The contracting authority considers that this contract may be suitable for
economic operators that are small or medium enterprises (SMEs). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of the
most economically advantageous tender.The process seeks to select
operators offering the appropriate capability, capacity and competency.
The Authority reserves the right not to conclude any contracts, to change
without notice the procedure for awarding contracts, to reject all or any
bids for the contracts, to terminate discussions with all or any
interested parties and/or to stop the process without any liability on its
part. Expressions of interest must be in the form of a completed PQQ to be
received by the tender portal at https://www.delta-esourcing.com/.
Expressions of interest not submitted in the required format or containing
all the requested information may be rejected. All communications shall be
in English (or a full translation provided at no cost to The Authority).
Tenders, when invited, and all supporting documentation must be priced in
Sterling and all payments under the Contract will be in Sterling. Any
contract or agreement resulting from acceptance of the Invitation to
Tender (ITT) will be considered as a Contract made in England according to
English Law and subject to the exclusive jurisdiction of the English
Courts. The Authority does not bind itself to accept any tender and
reserves the right to accept any part of any tender. No contract capable
of acceptance will be created between The Authority and any party until a
contract is executed between The Authority and the selected providers.
Bidders are liable for all of their own costs in participating in this
process.
The Authority considers that this contract may be suitable for economic
operators that are small or medium enterprises (SMEs). However, any
selection of tenderers will be based solely on the criteria set out for
the procurement, and the contract will be awarded on the basis of the most
economically advantageous tender.
For more information about this opportunity, please visit the Delta
eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Artificial-grass./4PYSAEJS8N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4PYSAEJS8N
GO Reference: GO-2014328-PRO-5565673
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourtsservice. gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with
Regulation 32 and 32A of the Public Contracts Regulations 2006 (as
amended), the 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 debrief
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 2006
(as amended). Any such proceedings must be brought in the High Court of
England & Wales.
VI.4.3) Service from which information about the lodging of appeals may
be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice:
28.3.2014
Classification of the contract
39293300 Artificial grass
45112720 Landscaping work for sports grounds and recreational areas
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
45212223 Winter-sports facilities construction work
71220000 Architectural design services
71400000 Urban planning and landscape architectural services