London Legacy Development Corporation has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The Provision and Operation of Relocatable Seating Stands to the London Stadium West Stand |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | E20 Stadium LLP (“E20”) as the Contracting Authority wishes to procure a Contractor for design, supply, regular installation, testing, regular removal, maintenance and renewal of modular West Stand sections to the lower bowl of the Stadium, and associated surrounds, as more particularly described in the procurement documents. The anticipated contract term is 5 years with the option to extend by 2 years. |
Published: | 02/07/2021 10:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
E20 Stadium LLP
Level 10, 1 Stratford Place, Montfichet Road, London, E20 1EJ, United Kingdom
Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
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: address as in Annex A.I:
Tenders or requests to participate must be sent to the address as in Annex A.III
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: The Provision and Operation of Relocatable Seating Stands to the London Stadium West Stand
Reference Number: 0349
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 for design, supply, regular installation, testing, regular removal, maintenance and renewal of modular West Stand sections to the lower bowl of the Stadium, and associated surrounds, as more particularly described in the procurement documents. The anticipated contract term is 5 years with the option to extend by 2 years.
II.1.5) Estimated total value:
Value excluding VAT: 14,500,000
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 modular seating with the Stadium at the Queen Elizabeth Olympic Park for a period of up to 7 years. This includes the requirement to transition West 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: 14,500,000
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: Yes
Description of renewals: Optional extension periods of 2 x 12 months.
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 stated in 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
This 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: Yes
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: 31/08/2021 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): 4
IV.2.7) Conditions for opening of tenders:
Date: 31/08/2021
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 Yes
Electronic payment will be used Yes
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.
To register a bona fide expression of interest in this event, you are firstly requested to complete and return a NDA to gain access to the procurement documentation, which includes details of the scope, procurement process, award criteria and contract terms. Your primary contact and / or organisation must register on https://award.bravosolution.co.uk/londonlegacy/web/project/29e2eb8f-04e0-4308-af11-3d545105cce4/register to access and complete the NDA. These requirements must be met before any further information can be released to you.
The Contracting Authority will host a virtual Tender Presentation on Thursday 15th July at 14.00. This Presentation will be hosted via Microsoft Teams and access details will be provided further to the completion of NDA requirements.
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.
Tenderers shall be required to price their tender in pounds sterling. All communications will be conducted in English.
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=604382945
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:
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 are conducting this procurement on behalf of E20 Stadium LLP and 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 the LLDC on behalf of E20 Stadium LLP 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: 02/07/2021
Annex A
I) Addresses and contact points from which further information can be obtained:
E20 Stadium LLP
1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
Main Address: http://www.queenelizabetholympicpark.co.uk
NUTS Code: UKI41
III) Addresses and contact points to which tenders/requests to participate must be sent:
E20 Stadium LLP
1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
Main Address: http://www.queenelizabetholympicpark.co.uk
NUTS Code: UKI41