London Legacy Development Corporation: Stratford Waterfront Culture and Education Development - University of the Arts London - Fit-Out Works

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Stratford Waterfront Culture and Education Development - University of the Arts London - Fit-Out Works
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 the fit-out works for the University of the Arts (UAL) building at the Stratford Waterfront Culture and Education Development at Queen Elizabeth Olympic Park (“QEOP”). The works required include (without limitation) the design, supply, construction / installation and handover of the fit-out works, as more particularly described in the procurement documents.
Published: 10/06/2019 15:58

View Full Notice

UK-Stratford: Building completion work.
Section I: Contracting Authority
      I.1) Name and addresses
             London Legacy Development Corporation
             Level Ten, 1 Stratford Place, Montfichet Road, Stratford, 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/202/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/202/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:
      I.4) Type of the contracting authority
            Regional or local authority
      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 - University of the Arts London - Fit-Out Works       
      Reference Number: 0281
      II.1.2) Main CPV Code:
      45400000 - Building completion work.

      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 the fit-out works for the University of the Arts (UAL) building at the Stratford Waterfront Culture and Education Development at Queen Elizabeth Olympic Park (“QEOP”). The works required include (without limitation) the design, supply, construction / installation and handover of the fit-out works, as more particularly described in the procurement documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45420000 - Joinery and carpentry installation work.
      45410000 - Plastering work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45421152 - Installation of partition walls.
      44221220 - Fire doors.
      45421131 - Installation of doors.
      45421146 - Installation of suspended ceilings.
      45431100 - Floor-tiling work.
      45432000 - Floor-laying and covering, wall-covering and wallpapering work.
      45442100 - Painting work.
      45214710 - Entrance hall construction work.
      44111300 - Ceramics.
      45332400 - Sanitary fixture installation work.
      31524120 - Ceiling lights.
      
      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 the completed Contract Comments Schedule/s in accordance with the process detailed in the draft Invitation to Tender and may issue an updated version of the contract.
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 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: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 17/01/2020 / End: 28/04/2022       
      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 minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: It is our intention to invite the five highest scoring applicants who have met the required technical threshold to the ITT stage. In the event of any tied scores within the five highest scoring bids then this may mean additional suppliers are invited. For example, five suppliers achieve the same and highest score. They would all be invited to the ITT stage and no further suppliers would be invited.

Alternatively, if three suppliers achieved scores placing them 1st, 2nd and 3rd but four other suppliers all achieve the same score placing them joint 4th then all seven suppliers would be invited to ITT stage. As the five highest scoring supplier places have now been filled, no further suppliers would be invited.

The objective criteria for SQ selection will be as detailed in 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.2.2) 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 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: 2019/S 34 - 75808       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/07/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/08/2019       
      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 the ITT stage award criteria, 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 “Stratford Waterfront Culture and Education Development – UAL Fit-Out Works” 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/202/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 Culture and Education Development - UAL Fit-Out Works” project.
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 estimated total value of the contract may be in the region of £20,000,000. 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. 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=396438260
   VI.4) Procedures for review
   VI.4.1) Review body:
             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:    
    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: 10/06/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Stratford: Building completion work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Legacy Development Corporation
       Level Ten, 1 Stratford Place, Montfichet Road, Stratford, E20 1EJ, United Kingdom
       Tel. +44 02032881000, 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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Other activity: regeneration and development

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Stratford Waterfront Culture and Education Development - University of the Arts London - Fit-Out Works            
      Reference number: 0281

      II.1.2) Main CPV code:
         45400000 - Building completion work.


      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 the fit-out works for the University of the Arts (UAL) building at the Stratford Waterfront Culture and Education Development at Queen Elizabeth Olympic Park (“QEOP”). The works required include (without limitation) the design, supply, construction / installation and handover of the fit-out works, as more particularly described in the procurement documents.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 23,791,479
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45420000 - Joinery and carpentry installation work.
            45410000 - Plastering work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45421152 - Installation of partition walls.
            44221220 - Fire doors.
            45421131 - Installation of doors.
            45421146 - Installation of suspended ceilings.
            45431100 - Floor-tiling work.
            45432000 - Floor-laying and covering, wall-covering and wallpapering work.
            45442100 - Painting work.
            45214710 - Entrance hall construction work.
            44111300 - Ceramics.
            45332400 - Sanitary fixture installation work.
            31524120 - Ceiling lights.


      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 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 the completed Contract Comments Schedule/s in accordance with the process detailed in the draft Invitation to Tender and may issue an updated version of the contract.
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 Final Tenders.

      II.2.5) Award criteria:
       Not Provided

      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: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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
       Notice number in the OJEU: 2019/S 34-75808
      
   

   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: 0281    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/09/2020

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Portview Fit-Out Ltd, NI010862
             46 Florenceville Avenue, Co. Antrim, Belfast, BT7 3GZ, United Kingdom
             NUTS Code: UKN06
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 23,791,479
         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=532721360

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3
          See VI.4.3, United Kingdom

      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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 08/10/2020