London Legacy Development Corporation: The provision and operation of stands to the London Stadium

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: The provision and operation of stands to the London Stadium
Notice type: Prior Information Notice
Authority: London Legacy Development Corporation
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 07/01/2019 11:25

View Full Notice

UK-London: Special trade construction works other than roof works.


Preliminary Questions
   This notice is for prior information only: Yes
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: No
         
Section I: Contracting Authority

I.1) Name and addresses:
       E20 Stadium LLP
       Level 10, 1 Stratford Place,, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
       Tel. +44 02032881488, Email: Procurement@LondonLegacy.co.uk
       Contact: Nicholas Barrett
       Main Address: http://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.delta-esourcing.com
       NUTS Code: UKI41
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: the above mentioned address

I.4) Type of the contracting authority    
   Body governed by public law
I.5) Main activity:    
   Other activity: Stadium Operation

Section II: Object
      
II.1) Scope of the procurement - 1
   II.1.1) Title: The provision and operation of stands to the London Stadium    
          Reference number:
   II.1.2) Common Procurement Vocabulary:       
      45262000 - Special trade construction works other than roof works.
   II.1.3) Type of contract: WORKS
   II.1.4) Short description:    
      It is the intention of E20 Stadium LLP (“E20”) as the Contracting Authority to put in place a contract for the supply of demountable stands for use in the lower bowl of the London Stadium.

It is the intention of E20 Stadium LLP (“E20”) that the contract will include the annual removal and reinstallation of the stands as more particularly described in the procurement documents.          
   II.1.5) Estimated total value: Not Provided
   II.1.6) Information about lots:
      This contract is divided into lots: No          
      Maximum number of lots that may be awarded to one tenderer: Not Provided       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided

II.2) Lot Description          
   II.2.2) Additional CPV code(s):       
      45262000 - Special trade construction works other than roof works.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKI41 - Hackney and Newham    
   II.2.4) Description of the procurement:       
      See II.1.4) above.
This PIN does not signify the start nor commitment to undertake any procurement. If a procurement commences pursuant to this PIN, a Contract Notice will be published for each procurement and the E20 will not rely on this PIN publication to comply with the minimum time frames permissible under PCR 2015.    
   II.2.14) Additional information          
      E20 are seeking expressions of interest from organisations with a proven track record of working in large capacity multi-purpose stadia to provide similar works to those in section II.1.4).    


II.3) Estimated Date of publication
         25/02/2019
      
      
Section IV: Procedure   

IV.1) Description       
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - YES

Section VI: Complementary Information    
VI.3) Additional Information:       
   Your primary contact and / or organisation must register on https://www.delta-esourcing.com (helpdesk 0845 270 7050). To register a valid DUNS number (www.dnb.co.uk) for the organisation must be provided for the organisation who will be entering into a contact if invited to do so. To register, interested parties must demonstrate previous schemes of a similar size and nature have been undertaken in order to assure the E20 that their registration is a bona fide expression of interest. You will also be requested to complete and return an NDA. These requirements must be met before any further information can be released to you. Once registered on Delta eSourcing, the primary contact should then express an interest for this event by emailing nicholasbarrett@londonlegacy.co.uk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=368194265
GO-201917-PRO-13833079 TKR-201917-PRO-13833078        

VI.5) Date Of Dispatch Of This Notice: 07/01/2019

View any Notice Addenda

UK-London: Construction work in connection with structures for sports ground.
Section I: Contracting Authority
      I.1) Name and addresses
             E20 Stadium LLP
             Level 10, 1 Stratford Place,, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
             Tel. +44 02032881488, Email: nicholasbarrett@LondonLegacy.co.uk
             Contact: Nicholas Barrett
             Main Address: http://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.delta-esourcing.com
             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
      Access to the procurement documents is restricted. Further information can be obtained at: www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Stadium Relocatable Seating       
      Reference Number: 0260
      II.1.2) Main CPV Code:
      45212221 - Construction work in connection with structures for sports ground.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: E20 Stadium LLP (“E20”) as the Contracting Authority wishes to procure a Contractor to design, supply, operate and maintain relocatable seating for a period of 7 years, within the London Stadium as more particularly described in the procurement documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 11,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45212221 - Construction work in connection with structures for sports ground.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: E20 Stadium LLP (the Contracting Authority) wishes to procure a Contractor to design, supply, operate and maintain relocatable seating with the Stadium at the Queen Elizabeth Olympic Park for a period of 7 years. This includes the requirement to transition North and South stand seating between 'athletics', 'concert' and 'football pitch' modes, including the potential for further bespoke seating arrangement transitions as required.
      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: 11,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Optional extension of 2 years
      
      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:          
      The contracting authority will accept tenders from single entities or groups of economic operators. The contracting authority does not require a group of economic operators to form a single legal entity at tender stage. However, the contracting authority does reserve the right to require groups of economic operators to take a particular legal form or to require a single provider to take primary liability or to require that each party undertakes joint and several liability irrespective of the legal form of the contracting entity.

The contracting authority will apply all the offences as set out in Article 57 of Directive 2014/24/EU (implemented as Regulation 57 of the Public Contract Regulations (PCR) 2015 in the UK) to the decision of whether a tenderer is eligible to be considered for this procurement process.

A full list of these criteria are included within the Invitation to Tender documentation.

Tenderers will be required to answer these questions as part of the tender process. For tenderers who are registered overseas, you will need to declare if you have any offences / misconduct under your own country’s laws, where these laws are equivalent to the Regulation 57 lists. Tenderers who have been convicted of any of the offences as set out Article 57 are ineligible and will not be considered further, unless there are overriding requirements in the general interest for doing so. Tenderers who are guilty of any of the offences, circumstances or misconduct under Article 57 may be excluded from the procurement process at the discretion of the contracting authority.    
      III.1.2) Economic and financial standing       
      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
      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.2.2) 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 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: 26/08/2019 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): 9
      
      IV.2.7) Conditions for opening of tenders:
         Date: 26/08/2019
         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: To register a bona fide expression of interest the primary contact should express an interest for this event by contacting nicholasbarrett@londonlegacy.co.uk in the first instance. You will be requested to complete and return a NDA. Your primary contact and / or organisation must register on https://www.delta-esourcing.com (helpdesk 0845 270 7050). Note to register a valid DUNS number (www.dnb.co.uk) for the organisation must be provided for the organisation who will be entering into a contact if invited to do so.
These requirements must be met before any further information can be released to you.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=406796992
   VI.4) Procedures for review
   VI.4.1) Review body:
             E20 Stadium LLP
       1 Stratford Place, Westfield Stratford City, 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: 28/06/2019

Annex A


View Award Notice