London Legacy Development Corporation: Park Ops & Venues - Project Life Cycle Asset Replacement and Refurbishment Term Contracts.

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: Park Ops & Venues - Project Life Cycle Asset Replacement and Refurbishment Term Contracts.
Notice type: Contract Notice
Authority: London Legacy Development Corporation
Nature of contract: Works
Procedure: Negotiated
Short Description: Term Service Contracts for the Project Life-Cycle asset replacement, refurbishment and general works to cover all of the LLDC’s estate including the Queen Elizabeth Olympic Park (QEOP) and venues including the London Aquatics Centre, Copper Box Arena, Arcelor Mittal Orbit, London Stadium, Three Mills Studios, Pudding Mill, Stadium ‘E20 Stadium’ and ‘LS185’, and the venues within, and all of the LLDC off-park properties property portfolio and off park development platforms at Hackney Wick, Rick Roberts Way, Three Mills and Pudding Mill. The scope of these works can be summarised as Lot 1 M&E (internal & external works); Lot 2 Building Fabric (internal & external works), Lot 3 Civils (external works). The works are due to be carried from January 2021 onwards. The ITT will include three separate Lots and whilst bidders will be able to bid for all three Lots they will be restricted to winning two Lots only.
Published: 23/06/2020 18:52

View Full Notice

UK-London: Construction work.
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
             Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
             Main Address: https://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.queenelizabetholympicpark.co.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: N/A       
      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/227/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/227/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: https://award.bravosolution.co.uk/londonlegacy/web/project/227/register
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Park Ops & Venues - Project Life Cycle Asset Replacement and Refurbishment Term Contracts.       
      Reference Number: 0279
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Term Service Contracts for the Project Life-Cycle asset replacement, refurbishment and general works to cover all of the LLDC’s estate including the Queen Elizabeth Olympic Park (QEOP) and venues including the London Aquatics Centre, Copper Box Arena, Arcelor Mittal Orbit, London Stadium, Three Mills Studios, Pudding Mill, Stadium ‘E20 Stadium’ and ‘LS185’, and the venues within, and all of the LLDC off-park properties property portfolio and off park development platforms at Hackney Wick, Rick Roberts Way, Three Mills and Pudding Mill. The scope of these works can be summarised as Lot 1 M&E (internal & external works); Lot 2 Building Fabric (internal & external works), Lot 3 Civils (external works). The works are due to be carried from January 2021 onwards. The ITT will include three separate Lots and whilst bidders will be able to bid for all three Lots they will be restricted to winning two Lots only.       
      II.1.5) Estimated total value:
      Value excluding VAT: 19,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Each lot represents a different term service contract. LLDC does not see this as a framework arrangement albeit that there may be some overlap of scope of works in any Task Order. LLDC shall have absolute discretion to determine whether the main object or activity of a Task Order best fits the main object/activity of a relevant service contract, though in practice this is likely to be by value.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 – M&E (Mechanical & Electrical)       
      Lot No: Lot 1 – M&E (Mechanical & Electrical)       
      II.2.2) Additional CPV codes:
      71321000 - Engineering design services for mechanical and electrical installations for buildings.
      71334000 - Mechanical and electrical engineering services.
      31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
      31527260 - Lighting systems.
      45316110 - Installation of road lighting equipment.
      50232100 - Street-lighting maintenance services.
      50232110 - Commissioning of public lighting installations.
      71318100 - Artificial and natural lighting engineering services for buildings.
      31682510 - Emergency power systems.
      31682530 - Emergency power supplies.
      45231400 - Construction work for electricity power lines.
      45232200 - Ancillary works for electricity power lines.
      45251000 - Construction works for power plants and heating plants.
      71323100 - Electrical power systems design services.
      31518200 - Emergency lighting equipment.
      31682500 - Emergency electricity equipment.
      31682520 - Emergency shutdown systems.
      45216120 - Construction work for buildings relating to emergency services.
      45216125 - Emergency-services building construction work.
      45312000 - Alarm system and antenna installation work.
      45312100 - Fire-alarm system installation work.
      45312200 - Burglar-alarm system installation work.
      45331000 - Heating, ventilation and air-conditioning installation work.
      45331200 - Ventilation and air-conditioning installation work.
      45331210 - Ventilation installation work.
      71315410 - Inspection of ventilation system.
      71321400 - Ventilation consultancy services.
      45232120 - Irrigation works.
      45232121 - Irrigation piping construction work.
      39715000 - Water heaters and heating for buildings; plumbing equipment.
      45330000 - Plumbing and sanitary works.
      45332000 - Plumbing and drain-laying work.
      45332200 - Water plumbing work.
      71321300 - Plumbing consultancy services.
      45232152 - Pumping station construction work.
      45232431 - Wastewater pumping station.
      45245000 - Dredging and pumping works for water treatment plant installations.
      45317100 - Electrical installation work of pumping equipment.
      50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
      50510000 - Repair and maintenance services of pumps, valves, taps and metal containers.
      50511000 - Repair and maintenance services of pumps.
      50511200 - Repair and maintenance services of gas pumps.
      50512000 - Repair and maintenance services of valves.
      42160000 - Boiler installations.
      45331110 - Boiler installation work.
      50531100 - Repair and maintenance services of boilers.
      44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers.
      45259300 - Heating-plant repair and maintenance work.
      45315000 - Electrical installation work of heating and other electrical building-equipment.
      45331100 - Central-heating installation work.
      50720000 - Repair and maintenance services of central heating.
      50721000 - Commissioning of heating installations.
      71314310 - Heating engineering services for buildings.
      71321200 - Heating-system design services.
      48952000 - Public address systems.
      42416100 - Lifts.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      45313000 - Lift and escalator installation work.
      45313100 - Lift installation work.
      50750000 - Lift-maintenance services.
      31216100 - Lightning-protection equipment.
      45312310 - Lightning-protection works.
      45312311 - Lightning-conductor installation work.
      92222000 - Closed circuit television services.
      32234000 - Closed-circuit television cameras.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKI42 Tower Hamlets
      UKI41 Hackney and Newham
      UKI53 Redbridge and Waltham Forest
      
      II.2.4) Description of procurement: Lot 1 is for M&E (internal & external) replacement and refurbishment works relating to:

-Lighting & Power (LV)
-Standby emergency systems
-Alarm systems
-Air conditioning/ ventilation/ humidity systems
-Rainwater installations/ Irrigation/ rainwater harvest systems
-Plumbing & sanitary ware
-Water conditioning
-Pumped systems/ valving
-Boilers/ heating installations
-PA systems
-Lift systems
-Lightning protection systems
-CCTV
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 1
            / Maximum number: 3       
      Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Following the supplier qualification stage, up to 3 applicants for each Lot, who have scored the highest and who have met the required SQ technical threshold will receive an invitation to submit an initial tender. The objective criteria for SQ selection will be as detailed in the procurement documents. At initial tender stage, tenderers will be required to achieve a technical score of at least 50% in order to proceed to the final tender stage. The basis of any contract award will then be on a MEAT (Most Economically Advantageous Tender) basis. The contracting authority can award a contract at the end of the initial tender stage or at the end of the final tender stage, if revised works information has been issued. The ITT will include 3 Lots and whilst bidders will be able to bid for all 3 Lots they will be restricted to winning a maximum of 2 Lots only. LLDC will award the Lots on a MEAT basis in the following order of value: Lot 3 followed by Lot 1 followed by Lot 2.
      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: The objective criteria for the SQ selection and the draft award criteria for the ITT will be as detailed in the procurement documents.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 – Building Fabric       
      Lot No: Lot 2 – Building Fabric       
      II.2.2) Additional CPV codes:
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45213100 - Construction work for commercial buildings.
      45213312 - Car park building construction work.
      45213313 - Service-area building construction work.
      45262690 - Refurbishment of run-down buildings.
      45262700 - Building alteration work.
      45262800 - Building extension work.
      45300000 - Building installation work.
      45400000 - Building completion work.
      45442110 - Painting work of buildings.
      45450000 - Other building completion work.
      45452000 - Exterior cleaning work for buildings.
      45452100 - Blast cleaning work for building exteriors.
      50700000 - Repair and maintenance services of building installations.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50711000 - Repair and maintenance services of electrical building installations.
      50712000 - Repair and maintenance services of mechanical building installations.
      71247000 - Supervision of building work.
      71315100 - Building-fabric consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71315300 - Building surveying services.
      71315400 - Building-inspection services.
      71631300 - Technical building-inspection services.
      45260000 - Roof works and other special trade construction works.
      45261000 - Erection and related works of roof frames and coverings.
      45261200 - Roof-covering and roof-painting work.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261213 - Metal roof-covering work.
      45261214 - Bituminous roof-covering work.
      45261215 - Solar panel roof-covering work.
      45261220 - Roof-painting and other coating work.
      45261221 - Roof-painting work.
      45261222 - Cement roof-coating work.
      45261410 - Roof insulation work.
      45261900 - Roof repair and maintenance work.
      45261910 - Roof repair.
      45261920 - Roof maintenance work.
      45262000 - Special trade construction works other than roof works.
      44115310 - Roller-type shutters.
      44221400 - Shutters.
      45421142 - Installation of shutters.
      44221000 - Windows, doors and related items.
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      45421111 - Installation of door frames.
      45421130 - Installation of doors and windows.
      45421131 - Installation of doors.
      45421140 - Installation of metal joinery except doors and windows.
      44221100 - Windows.
      44221110 - Window frames.
      45421112 - Installation of window frames.
      45421132 - Installation of windows.
      45440000 - Painting and glazing work.
      45441000 - Glazing work.
      44212381 - Cladding.
      45262650 - Cladding works.
      45262500 - Masonry and bricklaying work.
      45262520 - Bricklaying work.
      45262521 - Facing brickwork.
      31343000 - Insulated cable joints.
      33141750 - Artificial joints.
      42141800 - Universal joints.
      44163240 - Pipe joints.
      44163241 - Insulated joints.
      45451000 - Decoration work.
      79931000 - Interior decorating services.
      44800000 - Paints, varnishes and mastics.
      44811000 - Road paint.
      45233221 - Road-surface painting work.
      45233270 - Parking-lot-surface painting work.
      45442100 - Painting work.
      45442120 - Painting and protective-coating work of structures.
      45442121 - Painting work of structures.
      45442180 - Repainting work.
      44112300 - Partitions.
      44112310 - Partition walls.
      45421141 - Installation of partitioning.
      45421152 - Installation of partition walls.
      45262620 - Supporting walls.
      45430000 - Floor and wall covering work.
      45431200 - Wall-tiling work.
      45432000 - Floor-laying and covering, wall-covering and wallpapering work.
      45432200 - Wall-covering and wallpapering work.
      44220000 - Builders' joinery.
      45420000 - Joinery and carpentry installation work.
      45421150 - Non-metal joinery installation work.
      44316000 - Ironmongery.
      45421160 - Ironmongery work.
      39812500 - Sealants.
      45421146 - Installation of suspended ceilings.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKI42 Tower Hamlets
      UKI41 Hackney and Newham
      UKI53 Redbridge and Waltham Forest
      
      II.2.4) Description of procurement: Lot 2 – Building Fabric (internal and external) service relating to:

-Works to external envelopes, including roofing, roller shutters, doors, windows/ glazing, curtain walling, brick and blockwork, external finishings, expansion joints and external re-decoration
-Internal works, including walls/ partitions, joinery, doors, fitting-out, ironmongery, sealants/ joints, suspended ceilings, finishings & re-decoration
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 1
            / Maximum number: 3       
      Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Following the supplier qualification stage, up to 3 applicants for each Lot, who have scored the highest and who have met the required SQ technical threshold will receive an invitation to submit an initial tender. The objective criteria for SQ selection will be as detailed in the procurement documents. At initial tender stage, tenderers will be required to achieve a technical score of at least 50% in order to proceed to the final tender stage. The basis of any contract award will then be on a MEAT (Most Economically Advantageous Tender) basis. The contracting authority can award a contract at the end of the initial tender stage or at the end of the final tender stage, if revised works information has been issued. The ITT will include 3 Lots and whilst bidders will be able to bid for all 3 Lots they will be restricted to winning a maximum of 2 Lots only. LLDC will award the Lots on a MEAT basis in the following order of value: Lot 3 followed by Lot 1 followed by Lot 2.
      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: The objective criteria for the SQ selection and the draft award criteria for the ITT will be as detailed in the procurement documents.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 – Civils / External       
      Lot No: Lot 3 – Civils / External       
      II.2.2) Additional CPV codes:
      45200000 - Works for complete or part construction and civil engineering work.
      71322000 - Engineering design services for the construction of civil engineering works.
      45233221 - Road-surface painting work.
      45233270 - Parking-lot-surface painting work.
      45442100 - Painting work.
      45442121 - Painting work of structures.
      45442180 - Repainting work.
      44113800 - Road-surfacing materials.
      45233223 - Carriageway resurfacing works.
      45233250 - Surfacing work except for roads.
      45233251 - Resurfacing works.
      44912400 - Kerbstones.
      34922000 - Road-marking equipment.
      34922100 - Road markings.
      31523000 - Illuminated signs and nameplates.
      31523200 - Permanent message signs.
      34928470 - Signage.
      34992000 - Signs and illuminated signs.
      34992100 - Illuminated traffic signs.
      34992200 - Road signs.
      34992300 - Street signs.
      44423400 - Signs and related items.
      45233290 - Installation of road signs.
      45316211 - Installation of illuminated road signs.
      45233293 - Installation of street furniture.
      43324000 - Drainage equipment.
      44163110 - Drainage pipes.
      44163112 - Drainage system.
      45111240 - Ground-drainage work.
      45232450 - Drainage construction works.
      45232451 - Drainage and surface works.
      45232452 - Drainage works.
      45247112 - Drainage canal construction work.
      90733500 - Surface water pollution drainage services.
      90733800 - Groundwater pollution drainage services.
      65000000 - Public utilities.
      34928220 - Fencing components.
      34928310 - Safety fencing.
      45340000 - Fencing, railing and safety equipment installation work.
      45342000 - Erection of fencing.
      45112700 - Landscaping work.
      45112710 - Landscaping work for green areas.
      45112711 - Landscaping work for parks.
      45112713 - Landscaping work for roof gardens.
      45112730 - Landscaping work for roads and motorways.
      45233000 - Construction, foundation and surface works for highways, roads.
      45233100 - Construction work for highways, roads.
      45233120 - Road construction works.
      45233140 - Roadworks.
      45233141 - Road-maintenance works.
      45233142 - Road-repair works.
      45233220 - Surface work for roads.
      71631480 - Road inspection services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKI42 Tower Hamlets
      UKI41 Hackney and Newham
      UKI53 Redbridge and Waltham Forest
      
      II.2.4) Description of procurement: Lot 3 – Civils / External services relating to:

-External paving/ surfacing/ kerbing and pothole repairs
-Road repairs/reconstruction
-Road markings and signage
-Street furniture
-Drainage/ utilities
-Walls & Fencing
-Soft and hard Landscaping
      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: 9,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 1
            / Maximum number: 3       
      Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Following the supplier qualification stage, up to 3 applicants for each Lot, who have scored the highest and who have met the required SQ technical threshold will receive an invitation to submit an initial tender. The objective criteria for SQ selection will be as detailed in the procurement documents. At initial tender stage, tenderers will be required to achieve a technical score of at least 50% in order to proceed to the final tender stage. The basis of any contract award will then be on a MEAT (Most Economically Advantageous Tender) basis. The contracting authority can award a contract at the end of the initial tender stage or at the end of the final tender stage, if revised works information has been issued. The ITT will include 3 Lots and whilst bidders will be able to bid for all 3 Lots they will be restricted to winning a maximum of 2 Lots only. LLDC will award the Lots on a MEAT basis in the following order of value: Lot 3 followed by Lot 1 followed by Lot 2.
      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: The objective criteria for the SQ selection and the draft award criteria for the ITT will be as detailed in the procurement documents.       


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. Following the supplier qualification stage, up to 3 applicants for each Lot, who have scored the highest and who have met the required SQ technical threshold will receive an invitation to submit an initial tender. The objective criteria for SQ selection will be as detailed in the procurement documents.

At initial tender stage, tenderers will be required to achieve a technical score of at least 50% in order to proceed to the final tender stage. The basis of any contract award will then be on a MEAT (Most Economically Advantageous Tender) basis.

The contracting authority can award a contract at the end of the initial tender stage or at the end of the final tender stage, if revised works information has been issued. The ITT will include three separate Lots and whilst bidders will be able to bid for all three Lots they will be restricted to winning a maximum of two Lots only. LLDC will award the Lots on a MEAT basis in the following order of value: Lot 3 followed by Lot 1 followed by Lot 2.    
      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 service will be carried out under NEC3: Term Service Contract Option A: (Priced contract with price list) conditions.          
      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: No.
   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 102 - 245909       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/07/2020 Time: 20:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/08/2020       
      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: 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 ‘Park Ops & Venues - Project Life Cycle Asset Replacement and Refurbishment Term Contracts’ 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/227/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 ‘Park Ops & Venues - Project Life Cycle Asset Replacement and Refurbishment Term Contracts’ 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 pre-qualification 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 1 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=494170062
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3)
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3)
          London, 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 lodging of appeals may be obtained:
          See VI.4.3)
       London, United Kingdom
       Tel. +44 2032881800
   VI.5) Date Of Dispatch Of This Notice: 23/06/2020

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       E20 STADIUM LLP, OC376732
       C/O London Legacy Development Corporation, Level 10 1 Stratford Place, Montfichet Road, London, E20 1EJ, United Kingdom
       Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
       Main Address: https://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.queenelizabetholympicpark.co.uk
       NUTS Code: UKI41

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       LONDON STADIUM 185 LIMITED, 09359341
       The Stadium At Queen Elizabeth Olympic Park, London, E20 2ST, United Kingdom
       Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
       Main Address: https://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.queenelizabetholympicpark.co.uk
       NUTS Code: UKI41

View any Notice Addenda

View Award Notice