London Legacy Development Corporation has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | 3 mills studios future operator- sublease opportunity |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The LLDC are seeking to dispose of their long leasehold interest in 3 Mills Studios by way of sublease agreement for a minimum of 10 years. LLDC have nurtured and supported the film and media sectors for many years and are now looking for a single business with significant experience of successfully operating a film studio to protect the film and studio use of the 3 Mills site, to take on the on- going asset management for the entire site and maintain rental income to LLDC at a rent in line with (or above) the current net operating position. |
Published: | 14/06/2023 14:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Legacy Development Corporation Limited (LLDC), 10885659
5 Endeavour Square, Stratford, London, E20 1JN, United Kingdom
Tel. +44 7834464416, Email: RobertHughes@londonlegacy.co.uk
Contact: Robert Hughes Senior Procurement Manager
Main Address: https://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.queenelizabetholympicpark.co.uk
NUTS Code: UK
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Entertainment-film-production./NPB5S9MKNV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/NPB5S9MKNV 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
Other type:: Mayoral Development Corporation
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 3 mills studios future operator- sublease opportunity
Reference Number: Not provided
II.1.2) Main CPV Code:
92111310 - Entertainment film production.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The LLDC are seeking to dispose of their long leasehold interest in 3 Mills Studios by way of sublease agreement for a minimum of 10 years. LLDC have nurtured and supported the film and media sectors for many years and are now looking for a single business with significant experience of successfully operating a film studio to protect the film and studio use of the 3 Mills site, to take on the on- going asset management for the entire site and maintain rental income to LLDC at a rent in line with (or above) the current net operating position.
II.1.5) Estimated total value:
Value excluding VAT: 16,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI41 Hackney and Newham
II.2.4) Description of procurement: The LLDC are seeking to dispose of their long leasehold interest in 3 Mills Studios by way of sublease agreement for a minimum of 10 years. LLDC have nurtured and supported the film and media sectors for many years and are now looking for a single business with significant experience of successfully operating a film studio to protect the film and studio use of the 3 Mills site, to take on the on- going asset management for the entire site and maintain rental income to LLDC at a rent in line with (or above) the current net operating position.
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
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/09/2023 / End: 31/08/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/NPB5S9MKNV
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:
Not Provided
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
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: No
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: 14/07/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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
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 Yes
VI.3) Additional Information: The Contracting Authority 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.
Tenderers shall be required to price their tender in pounds sterling. All communications will be conducted in English.
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.
The Contracting Authority does not bind itself to enter into any contract. 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 Welsh law.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=787714442
VI.4) Procedures for review
VI.4.1) Review body:
LLDC
London, 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:
LLDC are using a two- stage process in line with the restrictive procedure and are ensuring the overarching procurement principles of transparency, proportionality, non- discriminatory and equal treatment are adhered to.
Do note, as this is a disposal of a lease LLDC are not bounded by the UK Procurement Regulations.
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: 14/06/2023
Annex A