London Legacy Development Corporation: Building Control Services

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Building Control Services
Notice type: Contract Notice
Authority: London Legacy Development Corporation
Nature of contract: Services
Procedure: Open
Short Description: The London Legacy Development Corporation (LLDC) will make a “Full Plans Submission” for the Stratford Waterfront, East Bank, Stratford project (cultural and educational buildings), and will be placing a contract with a Building Control Body to carry out design documents review and to provide on-site inspection services during the construction stage, with final completion certificates to validate that the development is being constructed in compliance with the relevant regulations and expected standards
Published: 09/07/2018 12:24

View Full Notice

UK-London: Building-inspection 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
             Email: Procurement@LondonLegacy.co.uk
             Main Address: 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/127/register
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://award.bravosolution.co.uk/londonlegacy/web/project/127/register 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: Building Control Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315400 - Building-inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The London Legacy Development Corporation (LLDC) will make a “Full Plans Submission” for the Stratford
Waterfront, East Bank, Stratford project (cultural and educational buildings), and will be placing a contract with a Building Control Body to carry out design documents review and to provide on-site inspection services during the construction stage,
with final completion certificates to validate that the development is being constructed in compliance with the relevant regulations and expected standards       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      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: 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: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 09/10/2018 / End: 26/08/2022       
      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 ITT pack, which forms part of 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 successful applicant will be required to be aware of and support the LLDC's Environmental Sustainability and Socio Economic Policies as detailed in the appointment          
      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 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: 10/08/2018 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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/08/2018
         Time: 15:00
      

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 Yes       
   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 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 in the ITT.
Instructions for using AWARD:
Applicants can obtain access to the ITT Pack, which includes details of requirements, the procurement process, Scope of Works, drawings and the contract terms, through the AWARD procurement portal. Applicants will be required to agree to confidentiality terms. There are two scenarios:
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 – Building Control Services ITT” 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/127/register
Further instructions for using the AWARD self-registration can be found in the AWARD procurement portal website Help pages.

Once you have completed the Open or Self registration you will be granted access to the “Stratford Waterfront – Building Control Services ITT” project.

The LLDC reserves the right to reject Applicants or disqualify or revise the prequalification status of 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.

The estimated total value of the contract is £300,000. The anticipated date range stated in Section II.2.7 is based on the provision of Building Control Services from review of design documents through to the final on-site inspections, more fully described in the procurement documents.

The LLDC reserves the right not to award any contract and to make whatever changes it sees fit to the structure and the timing 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 award a contract and/or 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 Welsh law.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=328842871
   VI.4) Procedures for review
   VI.4.1) Review body:
             See V1.4.1
       See V1.4.1, 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:    
    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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/07/2018

Annex A


View any Notice Addenda

View Award Notice