London Legacy Development Corporation: Stratford Waterfront Culture and Education Development, the design and construction of the Glazing and Metal Cladding works for the Victoria and Albert Museum, BBC and Sadlers Wells buildings

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Stratford Waterfront Culture and Education Development, the design and construction of the Glazing and Metal Cladding works for the Victoria and Albert Museum, BBC and Sadlers Wells buildings
Notice type: Contract Notice
Authority: London Legacy Development Corporation
Nature of contract: Works
Procedure: Negotiated
Short Description: It is the intention of the London Legacy Development Corporation ('LLDC') as the Contracting Authority to put in place a contract, with one contractor, for Glazing and Metal Cladding works for the Victoria and Albert Museum, BBC and Sadler’s Wells Foundation buildings at the Stratford Waterfront, Culture and Education Development at Queen Elizabeth Olympic Park, Stratford. The works required include (without limitation) the construction of window systems, door systems, curtain walling, fire rated cladding systems, party wall systems, metal cladding, metalwork, signage, and weather proofing. There will also be a requirement (where applicable) for design work to be carried out. More details on the scope will be available in the Works Information within the procurement documents.
Published: 19/03/2019 10:18

View Full Notice

UK-London: Engineering works and construction works.
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/186/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/186/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, the design and construction of the Glazing and Metal Cladding works for the Victoria and Albert Museum, BBC and Sadlers Wells buildings       
      Reference Number: 0271
      II.1.2) Main CPV Code:
      45220000 - Engineering works and construction works.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: It is the intention of the London Legacy Development Corporation ('LLDC') as the Contracting Authority to put in place a contract, with one contractor, for Glazing and Metal Cladding works for the Victoria and Albert Museum, BBC and Sadler’s Wells Foundation buildings at the Stratford Waterfront, Culture and Education Development at Queen Elizabeth Olympic Park, Stratford. The works required include (without limitation) the construction of window systems, door systems, curtain walling, fire rated cladding systems, party wall systems, metal cladding, metalwork, signage, and weather proofing. There will also be a requirement (where applicable) for design work to be carried out. More details on the scope will be available in the Works Information within the procurement documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 7,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45262650 - Cladding works.
      45443000 - Facade work.
      45260000 - Roof works and other special trade construction works.
      45441000 - Glazing work.
      44221000 - Windows, doors and related items.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: See II.1.4 above in respect of scope of the Works and please note the following:
1) The form of contract will be the NEC3 (as amended) Option A. The contract should be capable of acceptance without amendment but the five shortlisted Tenderers will be invited to complete and submit the Contract Comments Schedule prior to submitting their Initial Tender. This will allow those Tenderers to propose amendments without which they would be unwilling to submit an Initial Tender and/or which would significantly and adversely impact on the Tenderer’s pricing proposal. The Contracting Authority will review all of the completed Contract Comments Schedules in accordance with the process detailed in the draft Invitation to Tender and may issue an updated version of the contract. Acceptance of the contract terms and conditions at Initial Tender submission stage will be pass/fail.
2) Tenderers will be invited to submit an Initial Tender and will be able to include proposed scope qualifications if necessary.
3) The Contracting Authority will review any such qualifications received and may decide on the basis of some or all of these to issue revised Works Information and invite Revised Initial Bids.
4) The Contracting Authority may also opt to include a negotiation stage and invite Final Tenders
      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: 7,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 29/10/2019 / End: 23/08/2022       
      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: Following the Supplier Qualification stage, five applicants, who have met the required SQ technical threshold will receive an invitation to submit an Initial Tender. (If several Applicants are in fifth position with the same score, they will all be invited to tender). The objective criteria for SQ selection will be as detailed in the procurement documents. At ITT stage, Tenderers will be required to be contractually compliant, to achieve a technical score of at least 65% and to meet the minimum requirements stated in the Instructions for Tenderers in order to proceed to the commercial evaluation stage. (Note that the technical threshold will be lowered as described in the procurement documents, to ensure that a minimum of three Tenderers go through to the commercial evaluation stage). The basis of any contract award will then be lowest price. (If two Tenderers both achieve the lowest price, the Tenderer with the lowest price and the higher technical score will be the winning Tenderer). The Contracting Authority can award a contract at Initial Tender, Revised Tender or at Final Tenders stages of the procurement process. If the Contracting Authority opts to invite Final Tenders, the number of Tenderers who will be invited to participate in this final negotiation stage, will be a minimum of 3. Any decision to reduce the number of Tenderers participating in the negotiation stage down to 3 will be based on lowest price. The technical and/or commercial content of the negotiation stage will be described in the Invitation to Negotiate document and explained in meetings.
      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.2.2) Contract performance conditions       
      The successful applicant will be required to be aware of and support the LLDC's Environmental Stability and Socio Economic Policies as detailed in the contract          
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: 2018/S 218 - 497920       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/04/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/05/2019       
      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
      
      

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: 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 (including ITT and Initial and Final Tender award criteria), works and site information, and draft contract terms.
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 “Glazing and Metal Cladding works for the V&A, BBC and Sadler’s Wells Foundation buildings” 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/186/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 Glazing and Metal Cladding project.
The Contracting Authority is using the competitive procedure with negotiation as the contract cannot be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial makeup or because of risks attaching to them.
The contracting authority 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 contracting authority 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 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.

Shortlisted Applicants shall be required to price their tender in pounds sterling. All communications will be conducted in English.

The contract period stated in Section II.2.7 is the indicative contract period 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 contracting authority will not reimburse any expenses incurred by any person in the consideration of and/or response to this procurement nor is the contracting authority 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 contracting authority.

The contracting authority 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 Welsh law.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=384497228
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       See VI.4.3, See VI.4.3, 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:    
    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: 19/03/2019

Annex A


View any Notice Addenda

View Award Notice