London Legacy Development Corporation: Park Ops and Venues — Project Life Cycle Asset Replacement and Refurbishment Term Contracts

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Park Ops and Venues — Project Life Cycle Asset Replacement and Refurbishment Term Contracts
Notice type: Contract Award Notice
Authority: London Legacy Development Corporation
Nature of contract: Works
Procedure: Negotiated
Short Description: Term service contracts for the project life-cycle asset replacement, refurbishment and general works to cover all of the LLDC’s estate including the Queen Elizabeth Olympic Park (QEOP) and venues including the London Aquatics Centre, Copper Box Arena, Arcelor Mittal Orbit, London Stadium, Three Mills Studios, Pudding Mill, Stadium ‘E20 Stadium’ and ‘LS185’ and the venues within and all of the LLDC off-park properties property portfolio and off park development platforms at Hackney Wick, Rick Roberts Way, Three Mills and Pudding Mill. The scope of these works can be summarised as: Lot 1: M&E (internal and external works); Lot 2: Building Fabric (internal and external works); Lot 3: Civils (external works). The works are due to be carried from April 2021 onwards.
Published: 17/06/2021 15:57

View Full Notice

UK-London: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Legacy Development Corporation
       1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
       Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
       Main Address: https://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.queenelizabetholympicpark.co.uk
       NUTS Code: UKI

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Park Ops and Venues — Project Life Cycle Asset Replacement and Refurbishment Term Contracts            
      Reference number: 0279

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Term service contracts for the project life-cycle asset replacement, refurbishment and general works to cover all of the LLDC’s estate including the Queen Elizabeth Olympic Park (QEOP) and venues including the London Aquatics Centre, Copper Box Arena, Arcelor Mittal Orbit, London Stadium, Three Mills Studios, Pudding Mill, Stadium ‘E20 Stadium’ and ‘LS185’ and the venues within and all of the LLDC off-park properties property portfolio and off park development platforms at Hackney Wick, Rick Roberts Way, Three Mills and Pudding Mill. The scope of these works can be summarised as:
Lot 1: M&E (internal and external works);
Lot 2: Building Fabric (internal and external works);
Lot 3: Civils (external works).
The works are due to be carried from April 2021 onwards.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 19,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: M&E (Mechanical and Electrical)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71321000 - Engineering design services for mechanical and electrical installations for buildings.
            71334000 - Mechanical and electrical engineering services.
            31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
            31527260 - Lighting systems.
            45316110 - Installation of road lighting equipment.
            50232100 - Street-lighting maintenance services.
            50232110 - Commissioning of public lighting installations.
            71318100 - Artificial and natural lighting engineering services for buildings.
            31682510 - Emergency power systems.
            31682530 - Emergency power supplies.
            45231400 - Construction work for electricity power lines.
            45232200 - Ancillary works for electricity power lines.
            45251000 - Construction works for power plants and heating plants.
            71323100 - Electrical power systems design services.
            31518200 - Emergency lighting equipment.
            31682500 - Emergency electricity equipment.
            31682520 - Emergency shutdown systems.
            45216120 - Construction work for buildings relating to emergency services.
            45216125 - Emergency-services building construction work.
            45312000 - Alarm system and antenna installation work.
            45312100 - Fire-alarm system installation work.
            45312200 - Burglar-alarm system installation work.
            45331000 - Heating, ventilation and air-conditioning installation work.
            45331200 - Ventilation and air-conditioning installation work.
            45331210 - Ventilation installation work.
            71315410 - Inspection of ventilation system.
            71321400 - Ventilation consultancy services.
            45232120 - Irrigation works.
            45232121 - Irrigation piping construction work.
            39715000 - Water heaters and heating for buildings; plumbing equipment.
            45330000 - Plumbing and sanitary works.
            45332000 - Plumbing and drain-laying work.
            45332200 - Water plumbing work.
            71321300 - Plumbing consultancy services.
            45232152 - Pumping station construction work.
            45232431 - Wastewater pumping station.
            45245000 - Dredging and pumping works for water treatment plant installations.
            45317100 - Electrical installation work of pumping equipment.
            50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
            50510000 - Repair and maintenance services of pumps, valves, taps and metal containers.
            50511000 - Repair and maintenance services of pumps.
            50511200 - Repair and maintenance services of gas pumps.
            50512000 - Repair and maintenance services of valves.
            42160000 - Boiler installations.
            45331110 - Boiler installation work.
            50531100 - Repair and maintenance services of boilers.
            44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers.
            45259300 - Heating-plant repair and maintenance work.
            45315000 - Electrical installation work of heating and other electrical building-equipment.
            45331100 - Central-heating installation work.
            50720000 - Repair and maintenance services of central heating.
            50721000 - Commissioning of heating installations.
            71314310 - Heating engineering services for buildings.
            71321200 - Heating-system design services.
            48952000 - Public address systems.
            42416100 - Lifts.
            42416120 - Goods lifts.
            42416130 - Mechanical lifts.
            45313000 - Lift and escalator installation work.
            45313100 - Lift installation work.
            50750000 - Lift-maintenance services.
            31216100 - Lightning-protection equipment.
            45312310 - Lightning-protection works.
            45312311 - Lightning-conductor installation work.
            92222000 - Closed circuit television services.
            32234000 - Closed-circuit television cameras.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKI42 - Tower Hamlets
      UKI41 - Hackney and Newham
      UKI53 - Redbridge and Waltham Forest
   
      Main site or place of performance:
      LONDON
      Tower Hamlets
      Hackney and Newham
      Redbridge and Waltham Forest
             

      II.2.4) Description of the procurement: Lot 1 is for M&E (internal and external) replacement and refurbishment works relating to:
— lighting and power (LV),
— standby emergency systems,
— alarm systems,
— air conditioning/ventilation/humidity systems,
— rainwater installations/irrigation/rainwater harvest systems,
— plumbing and sanitary ware,
— water conditioning,
— pumped systems/valving,
— boilers/heating installations,
— PA systems,
— lift systems,
— lightning protection systems,
— CCTV.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Capability / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 – Building Fabric   
      Lot No:Lot 2 – Building Fabric

      II.2.2) Additional CPV code(s):
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45213100 - Construction work for commercial buildings.
            45213312 - Car park building construction work.
            45213313 - Service-area building construction work.
            45262690 - Refurbishment of run-down buildings.
            45262700 - Building alteration work.
            45262800 - Building extension work.
            45300000 - Building installation work.
            45400000 - Building completion work.
            45442110 - Painting work of buildings.
            45450000 - Other building completion work.
            45452000 - Exterior cleaning work for buildings.
            45452100 - Blast cleaning work for building exteriors.
            50700000 - Repair and maintenance services of building installations.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50711000 - Repair and maintenance services of electrical building installations.
            50712000 - Repair and maintenance services of mechanical building installations.
            71247000 - Supervision of building work.
            71315100 - Building-fabric consultancy services.
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71315300 - Building surveying services.
            71315400 - Building-inspection services.
            71631300 - Technical building-inspection services.
            45260000 - Roof works and other special trade construction works.
            45261000 - Erection and related works of roof frames and coverings.
            45261200 - Roof-covering and roof-painting work.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261213 - Metal roof-covering work.
            45261214 - Bituminous roof-covering work.
            45261215 - Solar panel roof-covering work.
            45261220 - Roof-painting and other coating work.
            45261221 - Roof-painting work.
            45261222 - Cement roof-coating work.
            45261410 - Roof insulation work.
            45261900 - Roof repair and maintenance work.
            45261910 - Roof repair.
            45261920 - Roof maintenance work.
            45262000 - Special trade construction works other than roof works.
            44115310 - Roller-type shutters.
            44221400 - Shutters.
            45421142 - Installation of shutters.
            44221000 - Windows, doors and related items.
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            45421111 - Installation of door frames.
            45421130 - Installation of doors and windows.
            45421131 - Installation of doors.
            45421140 - Installation of metal joinery except doors and windows.
            44221100 - Windows.
            44221110 - Window frames.
            45421112 - Installation of window frames.
            45421132 - Installation of windows.
            45440000 - Painting and glazing work.
            45441000 - Glazing work.
            44212381 - Cladding.
            45262650 - Cladding works.
            45262500 - Masonry and bricklaying work.
            45262520 - Bricklaying work.
            45262521 - Facing brickwork.
            31343000 - Insulated cable joints.
            33141750 - Artificial joints.
            42141800 - Universal joints.
            44163240 - Pipe joints.
            44163241 - Insulated joints.
            45451000 - Decoration work.
            79931000 - Interior decorating services.
            44800000 - Paints, varnishes and mastics.
            44811000 - Road paint.
            45233221 - Road-surface painting work.
            45233270 - Parking-lot-surface painting work.
            45442100 - Painting work.
            45442120 - Painting and protective-coating work of structures.
            45442121 - Painting work of structures.
            45442180 - Repainting work.
            44112300 - Partitions.
            44112310 - Partition walls.
            45421141 - Installation of partitioning.
            45421152 - Installation of partition walls.
            45262620 - Supporting walls.
            45430000 - Floor and wall covering work.
            45431200 - Wall-tiling work.
            45432000 - Floor-laying and covering, wall-covering and wallpapering work.
            45432200 - Wall-covering and wallpapering work.
            44220000 - Builders' joinery.
            45420000 - Joinery and carpentry installation work.
            45421150 - Non-metal joinery installation work.
            44316000 - Ironmongery.
            45421160 - Ironmongery work.
            39812500 - Sealants.
            45421146 - Installation of suspended ceilings.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKI42 - Tower Hamlets
      UKI41 - Hackney and Newham
      UKI53 - Redbridge and Waltham Forest
   
      Main site or place of performance:
      LONDON
      Tower Hamlets
      Hackney and Newham
      Redbridge and Waltham Forest
             

      II.2.4) Description of the procurement: Lot 2: Building fabric (internal and external) service relating to:
— works to external envelopes, including roofing, roller shutters, doors, windows/glazing, curtain walling, brick and blockwork, external finishings, expansion joints and external re-decoration;
— internal works, including walls/partitions, joinery, doors, fitting-out, ironmongery, sealants/joints, suspended ceilings, finishings and re-decoration.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Capability / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 – Civils / External   
      Lot No:Lot 3 – Civils / External

      II.2.2) Additional CPV code(s):
            45200000 - Works for complete or part construction and civil engineering work.
            71322000 - Engineering design services for the construction of civil engineering works.
            45233221 - Road-surface painting work.
            45233270 - Parking-lot-surface painting work.
            45442100 - Painting work.
            45442121 - Painting work of structures.
            45442180 - Repainting work.
            44113800 - Road-surfacing materials.
            45233223 - Carriageway resurfacing works.
            45233250 - Surfacing work except for roads.
            45233251 - Resurfacing works.
            44912400 - Kerbstones.
            34922000 - Road-marking equipment.
            34922100 - Road markings.
            31523000 - Illuminated signs and nameplates.
            31523200 - Permanent message signs.
            34928470 - Signage.
            34992000 - Signs and illuminated signs.
            34992100 - Illuminated traffic signs.
            34992200 - Road signs.
            34992300 - Street signs.
            44423400 - Signs and related items.
            45233290 - Installation of road signs.
            45316211 - Installation of illuminated road signs.
            45233293 - Installation of street furniture.
            43324000 - Drainage equipment.
            44163110 - Drainage pipes.
            44163112 - Drainage system.
            45111240 - Ground-drainage work.
            45232450 - Drainage construction works.
            45232451 - Drainage and surface works.
            45232452 - Drainage works.
            45247112 - Drainage canal construction work.
            90733500 - Surface water pollution drainage services.
            90733800 - Groundwater pollution drainage services.
            65000000 - Public utilities.
            34928220 - Fencing components.
            34928310 - Safety fencing.
            45340000 - Fencing, railing and safety equipment installation work.
            45342000 - Erection of fencing.
            45112700 - Landscaping work.
            45112710 - Landscaping work for green areas.
            45112711 - Landscaping work for parks.
            45112713 - Landscaping work for roof gardens.
            45112730 - Landscaping work for roads and motorways.
            45233000 - Construction, foundation and surface works for highways, roads.
            45233100 - Construction work for highways, roads.
            45233120 - Road construction works.
            45233140 - Roadworks.
            45233141 - Road-maintenance works.
            45233142 - Road-repair works.
            45233220 - Surface work for roads.
            71631480 - Road inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKI42 - Tower Hamlets
      UKI41 - Hackney and Newham
      UKI53 - Redbridge and Waltham Forest
   
      Main site or place of performance:
      LONDON
      Tower Hamlets
      Hackney and Newham
      Redbridge and Waltham Forest
             

      II.2.4) Description of the procurement: Lot 3: Civils/External services relating to:
— external paving/surfacing/kerbing and pothole repairs,
— Road repairs/reconstruction,
— road markings and signage,
— street furniture,
— drainage/utilities,
— walls and fencing,
— soft and hard landscaping.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Capability / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 122-300409
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 0279 - Lot 1    
   Lot Number: 1    
   Title: Lot 1 - M&E (Mechanical & Electrical)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Parkserve Solutions Limited, 13176985
             Collingwood House Schooner Court, Crossways Business Park, Crossways Business Park, Dartford, DA2 6QQ, United Kingdom
             Email: mtomlinson@parkserve.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 30%                   
         Short description of the part of the contract to be subcontracted:
          Mechanical services, Data Networks, Fire Alarms.          

Award Of Contract (No.2)

   Contract No: 0279 - Lot 2    
   Lot Number: 2    
   Title: Lot 2 – Building Fabric

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Parkserve Solutions Limited, 13176985
             Collingwood House Schooner Court, Crossways Business Park, Dartford, DA2 6QQ, United Kingdom
             Email: mtomlinson@parkserve.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 70%                   
         Short description of the part of the contract to be subcontracted:
          Specialist Painting, Line Marking, Stadium Seating, Roller Shutters.          

Award Of Contract (No.3)

   Contract No: 0279 - Lot 3    
   Lot Number: 3    
   Title: Lot 3 – Civils / External

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Parkserve Solutions Limited, 13176985
             Collingwood House Schooner Court, Crossways Business Par, Dartford, DA2 6QQ, United Kingdom
             Email: mtomlinson@parkserve.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,000,000          
         Total value of the contract/lot: 9,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 75%                   
         Short description of the part of the contract to be subcontracted:
          Re–surfacing Works, Ground Works, Fencing.          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=602348734

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3)
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          See VI.4.3)
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. The LLDC will incorporate a minimum 10 calendar day standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any contract pursuant to this notice. In the first instance, potentially aggrieved economic operators should notify LLDC of an appeal.

      VI.4.4) Service from which information about the review procedure may be obtained
          See VI.4.3)
          London, United Kingdom
          Tel. +44 2032881800

   VI.5) Date of dispatch of this notice: 17/06/2021




View any Notice Addenda

View Award Notice