London Legacy Development Corporation: Stratford Waterfront Culture and Education Development – Temporary Services

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Stratford Waterfront Culture and Education Development – Temporary Services
Notice type: Contract Notice
Authority: London Legacy Development Corporation
Nature of contract: Services
Procedure: Open
Short Description: The services comprise the provision of Temporary Services (temporary electrical services and temporary plumbing services) which will be required for the duration of the project between the anticipated dates of April 2019 and August 2022. The temporary services will enable and facilitate the delivery of the construction works packages for the Stratford Waterfront Culture and Education Development. The work packages include; common site services (logistics), site accommodation, substructure, frame, envelope, facade, roof, MEP, fit out, Carpenter’s Lane bridge, and public realm works. The services will include the provision of all temporary electrical and plumbing services to the site including the adoption, operation, maintenance, adaptation and removal of services which have been installed by the Employer’s Enabling Works Contractors.
Published: 02/01/2019 15:25

View Full Notice

UK-London: Electrical services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Legacy Development Corporation
             1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
             Tel. +44 02032888860, Email: Procurement@LondonLegacy.co.uk
             Contact: Mark Johnson
             Main Address: www.queenelizabetholympicpark.co.uk, Address of the buyer profile: www.queenelizabetholympicpark.co.uk
             NUTS Code: UKI41
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://award.bravosolution.co.uk/londonlegacy/web/project/152/register
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Stratford Waterfront Culture and Education Development – Temporary Services       
      Reference Number: 0259
      II.1.2) Main CPV Code:
      71314100 - Electrical services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The services comprise the provision of Temporary Services (temporary electrical services and temporary plumbing services) which will be required for the duration of the project between the anticipated dates of April 2019 and August 2022. The temporary services will enable and facilitate the delivery of the construction works packages for the Stratford Waterfront Culture and Education Development. The work packages include; common site services (logistics), site accommodation, substructure, frame, envelope, facade, roof, MEP, fit out, Carpenter’s Lane bridge, and public realm works.
The services will include the provision of all temporary electrical and plumbing services to the site including the adoption, operation, maintenance, adaptation and removal of services which have been installed by the Employer’s Enabling Works Contractors.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45330000 - Plumbing and sanitary works.
      45332200 - Water plumbing work.
      45317000 - Other electrical installation work.
      45310000 - Electrical installation work.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: See II.1.4 above
      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: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 41       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      As set out in the procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The contract contains social and environmental requirements. Please see the procurement documents for further details.          
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/02/2019 Time: 12:00
            
      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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/02/2019
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.Applicants have unrestricted access to the procurement documents, which includes details of the scope, procurement process and draft contract terms.

Before Applicants are able to access the procurement documents, they must first register interest on AWARD (see instructions below).

Open Registration
If you already have a login to the London Legacy Development Corporation AWARD Website then you should: login to AWARD, select the “Open
Registrations” sub-tab, select the “Stratford Waterfront Cultural and Education Development – Temporary Services” project and confirm that you wish to be included in the tender.

Self-Registration
Those Applicants who do not have a login to the London Legacy Development Corporation AWARD should use the following URL to register their interest in
the tender: https://award.bravosolution.co.uk/londonlegacy/web/project/152/register
Further instructions for using the AWARD self-registration can be found in the “AWARD 6 Supplier's Quick Start - Self Registration” document.
Once you have completed the Open or Self registration you will be granted access to the “Stratford Waterfront Cultural and Education Development – Temporary Services” project.

The LLDC reserves the right to reject Applicants or disqualify applicants who a) provide information which is discovered to be untrue or incorrect b) do not submit a tender in accordance with the LLDC’s requirements and/or c) fulfil one or more of the criteria in Regulation 57 of Public Contracts Regulations 2015.

The LLDC is not, and shall not be, liable for any costs, fees or expenses (including (without limitation) any third party costs, fees or expenses) incurred by any Applicants in considering and/or responding to this procurement process.

Applicants shall be required to price their tender in pounds sterling. All communications will be conducted in English.
The estimated total value of the contract may be in the region of £1,200,000. The duration stated in Section II.2.7 is the indicative duration of the contract based on the current programme. It is possible that a short extension of the service period may be required, should the construction period be extended. LLDC will give reasonable notice should such an extension be necessary.

The Contracting Authority reserves the right not to award any contract and to make whatever changes it sees fit to the timetable, structure and/or content of the procurement process and to cancel the process in its entirety at any stage. In such circumstances, the LLDC will not reimburse any expenses incurred by any person in the consideration of and/or response to this procurement nor is the LLDC liable for any bid costs, loss of profit incurred by the Applicants in proceeding with or participating in this procurement, including if the procurement process is terminated or amended by the LLDC.
The LLDC does not bind itself to enter into any contract arising out of the procedure envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any resulting contracts will be considered contracts made in England and wales according to English and Wales law.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=367344762
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Legacy Development Corporation
       1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 02/01/2019

Annex A


View any Notice Addenda

View Award Notice