London Legacy Development Corporation has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Stratford Waterfront Culture and Education Development – Common Site Services |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The services comprise the provision of the Common Site Services (Logistics) to enable and facilitate the delivery of the construction works packages for the Stratford Waterfront Culture and Education Development. The work packages include; site accommodation, substructure, superstructure, envelope, roof, MEP, fit out, Carpenter’s Lane bridge, and public realm and retail works. The services will include the adoption, operation and maintenance and removal of the site set up which has been installed by the Employer’s Enabling Works and Substructure Contractors. They will also include site access, egress & delivery management, site security, temporary utilities/services, site welfare & catering, facilities management, health, safety & wellbeing services, waste management, environmental services, fuel & fire management, site hoarding, hoisting, craneage management, traffic management, signage, materials handling, site labour and demobilisation on completion. |
Published: | 17/09/2018 12:05 |
View Full Notice
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: http://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/139/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/139/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: Stratford Waterfront Culture and Education Development – Common Site Services
Reference Number: 0205
II.1.2) Main CPV Code:
71500000 - Construction-related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The services comprise the provision of the Common Site Services (Logistics) to enable and facilitate the delivery of the construction works packages for the Stratford Waterfront Culture and Education Development. The work packages include; site accommodation, substructure, superstructure, envelope, roof, MEP, fit out, Carpenter’s Lane bridge, and public realm and retail works.
The services will include the adoption, operation and maintenance and removal of the site set up which has been installed by the Employer’s Enabling Works and Substructure Contractors. They will also include site access, egress & delivery management, site security, temporary utilities/services, site welfare & catering, facilities management, health, safety & wellbeing services, waste management, environmental services, fuel & fire management, site hoarding, hoisting, craneage management, traffic management, signage, materials handling, site labour and demobilisation on completion.
II.1.5) Estimated total value:
Value excluding VAT: 15,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71310000 - Consultative engineering and construction services.
71315000 - Building services.
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: 15,000,000
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: The criteria for evaluating and down selecting candidates at the SQ stage are set out in the SQ Pack, which forms part of the procurement documents.
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 SQ 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 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: 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: 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: 22/10/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/12/2018
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 No
VI.3) Additional Information: Instructions for AWARD 6
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 Selection Questionnaire Pack, which includes details of the scope, procurement process and draft contract terms. Before Applicants are able to access the draft Service Information, 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 – Common Site 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/139/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 – Common Site Services” 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.
At the start of the ITT process short-listed Applicants will be asked to confirm there has been no change to their circumstances which would affect any of the Application responses and impact their eligibility to participate in the procurement process.
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.
Shortlisted 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 £15,000,000. The duration stated in Section II.2.7 is the indicative duration of the contract based on the current programme.
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=345858984
VI.4) Procedures for review
VI.4.1) Review body:
London Legacy Development Corporation
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:
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: 17/09/2018
Annex A
View any Notice Addenda
View Award Notice
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
Email: Procurement@LondonLegacy.co.uk
Main Address: http://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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Development and regeneration
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Stratford Waterfront Culture and Education Development – Common Site Services
Reference number: 0205
II.1.2) Main CPV code:
71500000 - Construction-related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The services comprise the provision of the Common Site Services (Logistics) to enable and facilitate the delivery of the construction works packages for the Stratford Waterfront Culture and Education Development. The work packages include; site accommodation, substructure, superstructure, envelope, roof, MEP, fit out, Carpenter’s Lane bridge, and public realm and retail works.
The services will include the adoption, operation and maintenance and removal of the site set up which has been installed by the Employer’s Enabling Works and Substructure Contractors. They will also include site access, egress & delivery management, site security, temporary utilities/services, site welfare & catering, facilities management, health, safety & wellbeing services, waste management, environmental services, fuel & fire management, site hoarding, hoisting, craneage management, traffic management, signage, materials handling, site labour and demobilisation on completion.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 15,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71310000 - Consultative engineering and construction services.
71315000 - Building services.
II.2.3) Place of performance
Nuts code:
UKI41 - Hackney and Newham
Main site or place of performance:
Hackney and Newham
II.2.4) Description of the procurement: See II.1.4 above
II.2.5) Award criteria:
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 0
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
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: C03747
Lot Number: Not Provided
Title: Common Site Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/04/2019
V.2.2) Information about tenders
Number of tenders received: 4
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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Clipfine Limited
30 John Street, Holborn, London, WC1N 2AT, United Kingdom
NUTS Code: UKI3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15,000,000
Total value of the contract/lot: 14,095,011
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=394692104
VI.4) Procedures for review
VI.4.1) Review body
London Legacy Development Corporation
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: 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
Not Provided
VI.5) Date of dispatch of this notice: 02/05/2019