London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ArcelorMittal Orbit Slide |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Design, Supply and Install a slide attached to the ArcelorMittal Orbit at the Queen Elizabeth Olympic Park. |
Published: | 14/09/2015 11:09 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
London Legacy Development Corporation
1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
Tel. +44 2032881474, Email: DavidKenna@londonlegacy.co.uk, URL: http://queenelizabetholympicpark.co.uk/
Contact: David Kenna, Attn: David Kenna
Electronic Access URL: https://www.delta-esourcing.com/respond/2RN596235U
Electronic Submission URL: https://www.delta-esourcing.com/respond/2RN596235U
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: Mayoral Development Corporation
I.3) Main activity:
Other: Regeneration and Development
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: ArcelorMittal Orbit Slide
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution
Region Codes: UKI21 - Outer London - East and North East
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Construction work. Works for complete or part construction and civil engineering work. Building construction work. Entertainment building construction work. Construction work for sports facilities. Multi-purpose sports facilities construction work. Construction work for art and cultural buildings. Miscellaneous special-trade construction work. Construction management services. Construction project management services. Design, Supply and Install a slide attached to the ArcelorMittal Orbit at the Queen Elizabeth Olympic Park.
II.1.6)Common Procurement Vocabulary:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45212170 - Entertainment building construction work.
45212200 - Construction work for sports facilities.
45212220 - Multi-purpose sports facilities construction work.
45212300 - Construction work for art and cultural buildings.
45262600 - Miscellaneous special-trade construction work.
71540000 - Construction management services.
71541000 - Construction project management services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
It is intended that the successful Contractor will enter into a bespoke NEC Option A Contract. Further details of the Contracting Authority's requirements and scope are set out in the Invitation to Tender documentation.
Estimated value excluding VAT:
Range between: 1,000,000 and 5,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 16/11/2015
Completion: 29/04/2016
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds and / or other forms of appropriate security. Further details are set out in the Invitation to Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are set out in the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority will accept expressions of interest and tenders from single entities or groups of economic operators. The contracting authority does not require a group of economic operators to form a single legal entity at tender stage, however, the contracting authority does reserve the right to require groups of economic operators to take a particular legal form or to require a single provider to take primary liability or to require that each party undertakes joint and several liability irrespective of the legal form of the contracting entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The contract performance conditions may relate to social and environmental considerations, to be detailed in the Invitation to Tender documentation.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences as set out in Article 57 of Directive 2014/24/EU (implemented as Regulation 57 of the Public Contract Regulations (PCR) 2015 in the UK) to the decision of whether a Candidate is eligible to be considered for this procurement process.
A full list of these criteria are at http://www.delta-esourcing.com/respond/2RN596235U
Tenderers will be required to answer these questions as part of the tender process. For tenderers who are registered overseas, you will need to declare if you have any offences / misconduct under your own country’s laws, where these laws are equivalent to the Regulation 57 lists. Tenderers who have been convicted of any of the offences as set out Article 57 are ineligible and will not be considered further, unless there are overriding requirements in the general interest for doing so. Tenderers who are guilty of any of the offences, circumstances or misconduct under Article 57 may be excluded from the procurement process at the discretion of the Contracting Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
The relevant information is set out in the Invitation to Tender documents.
Minimum Level(s) of standards possibly required:
The minimum level(s) of standard required are set out in the Invitation to Tender documents.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
The relevant information is set out in the Invitation to Tender documents. Tenders must be completed and returned in accordance with the instructions contained therein.
Minimum Level(s) of standards possibly required:
The relevant information is set out in the Invitation to Tender documents. Tenders must be completed and returned in accordance with the instructions contained therein.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 16/10/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./2RN596235U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2RN596235U
GO-2015914-PRO-7065318 TKR-2015914-PRO-7065317
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
London Legacy Development Corporation
1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
Body responsible for mediation procedures:
London Legacy Development Corporation
1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
Tel. +44 2032881800
VI.4.2)Lodging of appeals: Parties should refer to the contact in section 1 in the first instance. Parties who consider that they have been harmed or are at risk of harm should refer to the Public Contracts Regulations 2015 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
High Court
Strand, London
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 14/09/2015
ANNEX A