Framework Managing Consultant for Changing Room Facilities
To support the delivery of changing rooms and associated facilities either under a modular build or traditional build programme.
United Kingdom-London: Construction consultancy services
2016/S 170-305926
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Whittington House, 19-30 Alfred Place
London
WC1E 7EA
United Kingdom
Contact person: Cameron Consulting — Acting on behalf of Football Foundation
Telephone: +44 1732600500
E-mail: tenders@cameron-consulting.co.uk
NUTS code: UK
Internet address(es):Main address: https://www.delta-esourcing.com/
Address of the buyer profile: www.footballfoundation.org.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Managing Consultant for Changing Room Facilities.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Football Foundation (‘the Authority’) and its partners including the English Sports Council and the Football Association is establishing two single provider frameworks for the provision of multi-disciplinary consultancy services, hereinafter referred to as the Framework Management Consultant (FMC) to support the delivery of changing rooms and associated facilities either under a modular build or traditional build programme.
II.1.5)Estimated total value
II.1.6)Information about lots
Tenderers may bid for one or both lots. However, the Authority will only award one lot to a Tenderer. Tenderers will be required to state their preference for the lot to be awarded in the event that they are successful on both lots.
II.2.1)Title:
Framework Managing Consultant for Changing Room Facilities
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The Football Foundation (‘the Authority’) and its partners including the English Sports Council and the Football Association is establishing a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. In addition, where a modular building solution is not possible, the Authority will defer to a traditional form of construction, under a design and build approach. In connection with the above, the Authority requires construction consultancy services in the form of a Framework Management Consultant (FMC) to support the delivery of the modular framework and the traditional construction approach in the provision of changing room facilities for sport.
The FMC will be required to provide full multi-disciplinary construction consultancy services in connection with the delivery of the facility either through a modular framework or a non-modular, design and build solution. In both cases, the FMC will be required to undertake initial feasibility services, concept design and preparation of Employer’s Requirements based on the Authority’s ‘blueprint’ designs and specifications. The FMC will also be required to act in the role of ‘Employer’s Agent’ and will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of the changing room facility. The services provided will be ‘called-off’ in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.
The call-off contract to be entered into under the framework will be a bespoke contract appropriate for the role of Employer’s Agent under the JCT Design and Build Contract 2011 (with amendments). Those able to access the framework and ‘call-off’ services will include the Authority, its partners, National Governing Bodies for Sport, appropriate public contracting authorities and awardees of grant funding including community sports clubs.
The Authority is establishing this framework on behalf of other authorities. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments); Rugby Football Union; England Hockey; English & Wales Cricket Board; Rugby Football League; Community Sports Clubs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
The 5 (five) top scoring Applicants meeting all of the Authority’s minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Framework Managing Consultant for Changing Room Facilities
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The Football Foundation (‘the Authority’) and its partners including the English Sports Council and the Football Association is establishing a multi-provider framework of modular building suppliers to deliver changing rooms and associated facilities. In addition, where a modular building solution is not possible, the Authority will defer to a traditional form of construction, under a design and build approach. In connection with the above, the Authority requires construction consultancy services in the form of a Framework Management Consultant (FMC) to support the delivery of the modular framework and the traditional construction approach in the provision of changing room facilities for sport.
The FMC will be required to provide full multi-disciplinary construction consultancy services in connection with the delivery of the facility either through a modular framework or a non-modular, design and build solution. In both cases, the FMC will be required to undertake initial feasibility services, concept design and preparation of Employer’s Requirements based on the Authority’s ‘blueprint’ designs and specifications. The FMC will also be required to act in the role of ‘Employer’s Agent’ and will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of the changing room facility. The services provided will be ‘called-off’ in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.
The call-off contract to be entered into under the framework will be a bespoke contract appropriate for the role of Employer’s Agent under the JCT Design & Build Contract 2011 (with amendments). Those able to access the framework and ‘call-off’ services will include the Authority, its partners, National Governing Bodies for Sport, appropriate public contracting authorities and awardees of grant funding including community sports clubs.
The Authority is establishing this framework on behalf of other authorities. These include the following: The Football Association; The English Sports Council; National Sports Centres; Applicants for Awards to Sport England; Central Government Bodies; Charities (including Trusts & Foundations); Sports Councils; National Governing Bodies (of Sport) and their Applicants; Local Authorities (England & Wales); Education Bodies in the UK (Including Maintained Schools, Academies, Free Schools, University Technical Colleges, Further & Higher Education Establishments); Rugby Football Union; England Hockey; English & Wales Cricket Board; Rugby Football League; Community Sports Clubs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
The 5 (five) top scoring Applicants meeting all of the Authority’s minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015. 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
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
The Framework Agreement and Call-Off Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
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. 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 in the Procurement Documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./26H2884YB8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/26H2884YB8
GO Reference: GO-2016830-PRO-8711011.
VI.4.1)Review body
Whittington House, 19-30 Alfred Place
London
WC1E 7EA
United Kingdom
Telephone: +44 8453454555
E-mail: tenders@cameron-consulting.co.uk
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail: info@cedr.comInternet address:www.cedr.com
VI.4.3)Review procedure
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (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 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
70 Whitehall
London
SW1A 2AS
United Kingdom
Telephone: +44 2072761234Internet address:www.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Brighton and Hove City Council Construction Consultancy
Disabled Facilities Grant Builders Framework
Museum of London West Smithfield Project Engineering Consultancy
Window and Door Replacement Programme London