Quantity Surveying Services – Framework Management Consultant Tender
Framework Management Consultant to manage a manufacturer led framework of organisations to supply and install artificial grass pitches. The FMC will manage all pre-construction, post construction and post completion activities in connection with the design, supply and installation of AGP.
United Kingdom-London: Quantity surveying services
2014/S 065-111204
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
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)
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
Service category No 11: Management consulting services [6] and related services
NUTS code UK
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 4 000 000 and 7 000 000 GBP
71324000, 71322100, 71200000, 71220000, 71222000, 71240000, 71250000, 71400000, 71420000, 71317210
Estimated value excluding VAT:
Range: between 4 000 000 and 7 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The selected economic operator will be required to perform the services to the required standards set out in the ITT and accompanying documentation. The successful economic operator 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 the economic operator in accordance with the terms of the Framework Agreement.
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.
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
Objective criteria for choosing the limited number of candidates: A single economic operator will be appointed. On this basis, it is anticipated that 6 bidders will be invited to tender. The successful bidder will be appointed based on the criteria set out in the ITT and accompanying documentation.
Prior information notice
Notice number in the OJEU: 2014/S 18-026932 of 25.1.2014
Section VI: Complementary information
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. Applicants are liable for all of their own costs in participating in this process.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Quantity-surveying-services./MCE4KW4FDM
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MCE4KW4FDM
GO Reference: GO-2014328-PRO-5565793
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: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
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