London Legacy Development Corporation has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Park Branding & Production Services |
Notice type: | Contract Award Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The scope of services encompasses pre-production, production, and supply of various materials, including event signage, park wayfinding, hoarding panels, ad-hoc signage, and physical branded assets. Additionally, the contract will provide for signage and branding installation and decommissioning services for park assets, and the development and maintenance of signage and branding assets for the London Stadium. Project management responsibilities lie with the service provider. However, there are a number of Key Performance Indicators (KPIs) that the service provider will need to meet. We required a market that can provide Design and delivery for these services. Total Value £4,000,000, with £1,200,000 committed spend from the budget over four years. This will be treated as Task-order based contract, with initial value as £0. This contract will be let for the benefit of the GLA Group. |
Published: | 24/06/2025 16:22 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Legacy Development Corporation
5 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 123456789, Email: Procurement@londonlegacy.co.uk
Contact: Fotis Bountalis
Main Address: https://www.queenelizabetholympicpark.co.uk/
NUTS Code: UKI4
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: Yes
I.4)Type of the contracting authority:
Other type:: Regeneration
I.5) Main activity:
Other activity: Regeneration
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Park Branding & Production Services
Reference number: PIP-221005-01
II.1.2) Main CPV code:
79822500 - Graphic design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of services encompasses pre-production, production, and supply of various materials, including event signage, park wayfinding, hoarding panels, ad-hoc signage, and physical branded assets. Additionally, the contract will provide for signage and branding installation and decommissioning services for park assets, and the development and maintenance of signage and branding assets for the London Stadium. Project management responsibilities lie with the service provider. However, there are a number of Key Performance Indicators (KPIs) that the service provider will need to meet.
We required a market that can provide Design and delivery for these services.
Total Value £4,000,000, with £1,200,000 committed spend from the budget over four years. This will be treated as Task-order based contract, with initial value as £0. This contract will be let for the benefit of the GLA Group.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI4 - Inner London – East
Main site or place of performance:
Inner London – East
II.2.4) Description of the procurement: The scope of services encompasses pre-production, production, and supply of various materials, including event signage, park wayfinding, hoarding panels, ad-hoc signage, and physical branded assets.
Additionally, the contract will provide for signage and branding installation and decommissioning services for park assets, and the development and maintenance of signage and branding assets for the London Stadium. Project management responsibilities lie with the service provider. However, there are a number of Key Performance Indicators (KPIs) that the service provider will need to meet.
We require a market that can provide Design and delivery for these services. Total Value £4,000,000, with £1,200,000 committed spend from the budget over four years. This will be treated as Task-order based contract, with initial value as £0. This contract will be let for the benefit of the GLA Group.
II.2.5) Award criteria:
Quality criterion - Name: Previous Experience / Weighting: Gate Question
Quality criterion - Name: Scenario Based 1: Major Event branding / Weighting: 10
Quality criterion - Name: Scenario Based 2: Great Get together one day event: / Weighting: 10
Quality criterion - Name: Scenario Based 3: Placemaking activations / Weighting: 10
Quality criterion - Name: Supplier Performance / Weighting: 10
Quality criterion - Name: Outline Strategy / Weighting: 5
Quality criterion - Name: Managing Requests / Weighting: 5
Quality criterion - Name: Responsible Procurement: Socio Economic / Weighting: 5
Quality criterion - Name: Responsible Procurement: Sustainability / Weighting: 5
Cost criterion - Name: Unit Rates / Weighting: 40
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: The value stated is for 4 years (96 months) with £1,200,000 committed spend from the budget over four years (Excluding VAT) and £2,800,000 non-committed spend from sponsorships over four years (Excluding VAT). The contract is let on Task order basis.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open Accelerated
Justification for the choice of accelerated procedure: we will be using electronic portal for bids submission.
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-037742
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: Yes
Section V: Award of contract
Award Of Contract (No.1)
Contract No: PIP-221005-01
Lot Number: Not Provided
Title: Park Branding & Production Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
WASSERMAN EMEA LLP, OC368517
10a Greencoat Place, London, SW1P 1PH, United Kingdom
NUTS Code: UKI6
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 4,000,000
Total value of the contract/lot: 4,000,000
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=904658322
VI.4) Procedures for review
VI.4.1) Review body
London Legacy Development Corporation
05 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 123456789, Email: Procurement@londonlegacy.co.uk
Internet address: https://www.queenelizabetholympicpark.co.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 24/06/2025