London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Independent Assurance Services |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The London Legacy Development Corporation (LLDC) is the mayoral agency responsible for the long term planning, development, management and maintenance of the Queen Elizabeth Olympic Park and its facilities after the 2012 Games. LLDC’s objective is to promote and deliver physical, social, economic and environmental regeneration of the Park and its surrounding area by maximising the legacy of the 2012 Olympic and Paralympic Games. LLDC wishes to appoint a Consultant to provide independent assurance services which will provide assurance to the LLDC that appropriate capabilities, processes, controls and compliance measures are in place, ensuring that programme objectives (scope & quality, time, cost and other key objectives) are delivered in an efficient, legal and commercially sound manner, in accordance with current good practice in order to deliver the agreed project outcomes. The successful Tenderer will provide Assurance Services for the development of UCL East and Stratford Waterfront projects (known as Olympicopolis). These services may be extended, depending on the requirements of the Olympicopolis programme. |
Published: | 05/08/2015 15:00 |
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://www.londonlegacy.co.uk
Attn: David Kenna
Electronic Access URL: https://www.delta-esourcing.com/respond/RX9T96B853
Electronic Submission URL: https://www.delta-esourcing.com/respond/RX9T96B853
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Independent Assurance Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
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:
Business and management consultancy and related services. Accounting, auditing and fiscal services. Accounting and auditing services. Financial auditing services. Internal audit services. Performance review services. Project management consultancy services. Business and management consultancy services. General management consultancy services. Financial management consultancy services. The London Legacy Development Corporation (LLDC) is the mayoral agency responsible for the long term planning, development, management and maintenance of the Queen Elizabeth Olympic Park and its facilities after the 2012 Games. LLDC’s objective is to promote and deliver physical, social, economic and environmental regeneration of the Park and its surrounding area by maximising the legacy of the 2012 Olympic and Paralympic Games.
LLDC wishes to appoint a Consultant to provide independent assurance services which will provide assurance to the LLDC that appropriate capabilities, processes, controls and compliance measures are in place, ensuring that programme objectives (scope & quality, time, cost and other key objectives) are delivered in an efficient, legal and commercially sound manner, in accordance with current good practice in order to deliver the agreed project outcomes.
The successful Tenderer will provide Assurance Services for the development of UCL East and Stratford Waterfront projects (known as Olympicopolis).
These services may be extended, depending on the requirements of the Olympicopolis programme.
II.1.6)Common Procurement Vocabulary:
79400000 - Business and management consultancy and related services.
79200000 - Accounting, auditing and fiscal services.
79210000 - Accounting and auditing services.
79212100 - Financial auditing services.
79212200 - Internal audit services.
79313000 - Performance review services.
72224000 - Project management consultancy services.
79410000 - Business and management consultancy services.
79411000 - General management consultancy services.
79412000 - Financial management consultancy 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 Consultant will enter into a bespoke NEC Professional Services Contract for a term of 6 years. Further details of the Authority's requirements and scope are set out in the ITT.
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
Duration in months: 72 (from the award of the contract)
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 contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
LLDC will accept expressions of interest and tenders from single entities or Groups of Economic Operators. LLDC does not require a Group of Economic Operators to form a single legal entity at this PQQ stage, however, LLDC 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 contract documents.
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 invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/respond/RX9T96B853
Candidates will be required to answer these questions as part of the qualification process. For candidates 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. Candidates who have been convicted of any of the offences as set out Article 57 are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 57 may be excluded from being selected to bid at the discretion of the 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 Prequalification Pack which is available at https://www.delta-esourcing.com/repond/RX9T96B853
Minimum Level(s) of standards possibly required:
The minimum level(s) of standard required are set out in the Prequalification Pack.
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 Prequalification Pack. This must be completed and returned in accordance with the instructions contained therein.
Minimum Level(s) of standards possibly required:
The minimum level(s) of standards required are as set out in the Prequalification Pack.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 4 and maximum number: 10
Objective Criteria for choosing the limited number of candidates:
As set out in the Prequalification Pack.
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: 07/09/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 28/09/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
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:-Business-and-management-consultancy-and-related-services./RX9T96B853
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RX9T96B853
GO-201585-PRO-6891596 TKR-201585-PRO-6891595
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
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, United Kingdom
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 05/08/2015
ANNEX A
View any Notice Addenda
Section I: Contracting Authority
Title: UK-London: Business and management consultancy and related services.
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://www.londonlegacy.co.uk
Attn: David Kenna
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Independent Assurance Services
II.1.2)Short description of the contract or purchase:
Business and management consultancy and related services. Accounting, auditing and fiscal services. Accounting and auditing services. Financial auditing services. Internal audit services. Performance review services. Project management consultancy services. Business and management consultancy services. General management consultancy services. Financial management consultancy services. The London Legacy Development Corporation (LLDC) is the mayoral agency responsible for the long term planning, development, management and maintenance of the Queen Elizabeth Olympic Park and its facilities after the 2012 Games. LLDC’s objective is to promote and deliver physical, social, economic and environmental regeneration of the Park and its surrounding area by maximising the legacy of the 2012 Olympic and Paralympic Games.
LLDC wishes to appoint a Consultant to provide independent assurance services which will provide assurance to the LLDC that appropriate capabilities, processes, controls and compliance measures are in place, ensuring that programme objectives (scope & quality, time, cost and other key objectives) are delivered in an efficient, legal and commercially sound manner, in accordance with current good practice in order to deliver the agreed project outcomes.
The successful Tenderer will provide Assurance Services for the development of UCL East and Stratford Waterfront projects (known as Olympicopolis).
These services may be extended, depending on the requirements of the Olympicopolis programme.
II.1.3)Common procurement vocabulary:
79400000 - Business and management consultancy and related services.
79200000 - Accounting, auditing and fiscal services.
79210000 - Accounting and auditing services.
79212100 - Financial auditing services.
79212200 - Internal audit services.
79313000 - Performance review services.
72224000 - Project management consultancy services.
79410000 - Business and management consultancy services.
79411000 - General management consultancy services.
79412000 - Financial management consultancy services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2015 - 162890
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 05/08/2015
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice:
Place of dates to be modified: IV 3.4)
Instead of: 26/08/2015 Time: 12:00
Read: 10/09/2015 Time: 12:00
Place of dates to be modified: IV 3.5)
Instead of: 29/09/2015 Time: 12:00
Read: 05/10/2015 Time: 12:00
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=155120933
GO-2015811-PRO-6918618 TKR-2015811-PRO-6918617
VI.5)Date of dispatch: 11/08/2015