London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Design and Construction Related Consultancy Services |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The London Legacy Development Corporation ('LLDC') as the Contracting Authority is intending to put in place a framework agreement for a single supplier to provide the following services: • Cost Management and Assurance • Construction Project Design (RIBA Stages 1-6) • Design Assurance • Environmental Sustainability • GIS and BIM Services • Health & Safety (inc. CDM Regulations) • Highways Engineering • Highways Planning Advice • Highways Technical Design Review • NEC3 and NEC4 Supervisor • Project Management • Pedestrian and Highways Modelling • Surveys including but not limited to buildings, topographical, utilities, geotechnical and structural • Technical Advisory Services The framework agreement will be available for use by the following parties: - E20 Stadium LLP - London Legacy Development Corporation - London Stadium 185 Limited Further details can be found within the procurement documents. |
Published: | 23/07/2021 16:07 |
View Full Notice
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 2032888857, Email: procurement@londonlegacy.co.uk
Main Address: www.queenelizabetholympicpark.co.uk
NUTS Code: UKI
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./2PFS6NS637
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Design and Construction Related Consultancy Services
Reference Number: 0274
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Legacy Development Corporation ('LLDC') as the Contracting Authority is intending to put in place a framework agreement for a single supplier to provide the following services:
• Cost Management and Assurance
• Construction Project Design (RIBA Stages 1-6)
• Design Assurance
• Environmental Sustainability
• GIS and BIM Services
• Health & Safety (inc. CDM Regulations)
• Highways Engineering
• Highways Planning Advice
• Highways Technical Design Review
• NEC3 and NEC4 Supervisor
• Project Management
• Pedestrian and Highways Modelling
• Surveys including but not limited to buildings, topographical, utilities, geotechnical and structural
• Technical Advisory Services
The framework agreement will be available for use by the following parties:
- E20 Stadium LLP
- London Legacy Development Corporation
- London Stadium 185 Limited
Further details can be found within the procurement documents.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71317210 - Health and safety consultancy services.
71351200 - Geological and geophysical consultancy services.
71541000 - Construction project management services.
72224000 - Project management consultancy services.
71510000 - Site-investigation services.
71521000 - Construction-site supervision services.
71520000 - Construction supervision services.
79415200 - Design consultancy services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71311220 - Highways engineering services.
71311300 - Infrastructure works consultancy services.
71313000 - Environmental engineering consultancy services.
71315100 - Building-fabric consultancy services.
71540000 - Construction management services.
71500000 - Construction-related services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: See II.1.4 above in respect of the scope of services.
This procurement is a Restricted Procedure being conducted under the Public Contracts Regulations 2015.
The form of contract will be a single supplier professional services framework agreement based on the NEC3 Professional Services Contract (PSC) and as amended to reflect the Contracting Authority's framework specific requirements.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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 number of candidates: 4
Objective criteria for choosing the limited number of candidates: Provided there is a sufficient number of suitably qualified applicants, the Contracting Authority shall invite four applicants who have scored the highest and who have met the required SQ technical threshold to the Invitation to Tender stage. The objective criteria for SQ selection will be as detailed in the procurement documents.
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 set out in the SQ pack, which forms part of the 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - 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: 2021/S 000 - 015294
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/08/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/09/2021
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
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./2PFS6NS637
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2PFS6NS637
VI.4) Procedures for review
VI.4.1) Review body:
See V1.4.3
London, 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:
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 the LLDC 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: 23/07/2021
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
London Legacy Development Corporation
1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
Tel. +44 2032888857, Email: procurement@londonlegacy.co.uk
Main Address: www.queenelizabetholympicpark.co.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Design and Construction Related Consultancy Services Reference number: 0274
II.1.2) Main CPV code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The London Legacy Development Corporation ('LLDC') as the Contracting Authority is intending to put in place a framework agreement for a single supplier to provide the following services:
• Cost Management and Assurance
• Construction Project Design (RIBA Stages 1-6)
• Design Assurance
• Environmental Sustainability
• GIS and BIM Services
• Health & Safety (inc. CDM Regulations)
• Highways Engineering
• Highways Planning Advice
• Highways Technical Design Review
• NEC3 and NEC4 Supervisor
• Project Management
• Pedestrian and Highways Modelling
• Surveys including but not limited to buildings, topographical, utilities, geotechnical and structural
• Technical Advisory Services
The framework agreement will be available for use by the following parties:
- E20 Stadium LLP
- London Legacy Development Corporation
- London Stadium 185 Limited
Further details can be found within the procurement documents.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 23/08/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 332149
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 23/07/2021
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Not provided
Instead of:
Date: 23/08/2021
Local Time: Not Provided
Read:
Date: 27/08/2021
Local Time: Not provided
VII.2) 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./2PFS6NS637
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2PFS6NS637