London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | London Aquatics Centre Operation and Maintenance Services Agreement |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The London Legacy Corporation Development (LLDC) operates Queen Elizabeth Olympic Park (QEOP) utilising a number of different service contracts that have been let from the park's inception; some prior to London 2012 and some as the park has evolved into its current form post-games. As the Contracting Authority, the LLDC wishes to procure a new supplier to operate and maintain the London Aquatics Centre. The London Aquatics Centre is key to the ongoing legacy of the QEOP and is one of the most iconic venues of London 2012 Olympic and Paralympic Games. It is anticipated that a single service provider will be appointed. The contract will be let for a period of 8 years, with optional extension periods of 2 x 12 months. |
Published: | 26/10/2022 16:03 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Legacy Development Corporation
Foor 9, 5 Endeavour Square, Stratford, London, E20 1JN, United Kingdom
Tel. +44 2032881800, Email: QEOPOperationalContracts@londonlegacy.co.uk
Contact: Madeleine Bromley
Main Address: www.queenelizabetholympicpark.co.uk
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://award.commercedecisions.com/londonlegacy/web/project/2d2630dc-9faa-40ea-8a52-5f47be09a725/register
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
Other type:: Mayoral Development Corporation
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: London Aquatics Centre Operation and Maintenance Services Agreement
Reference Number: 0387
II.1.2) Main CPV Code:
92610000 - Sports facilities operation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Legacy Corporation Development (LLDC) operates Queen Elizabeth Olympic Park (QEOP) utilising a number of different service contracts that have been let from the park's inception; some prior to London 2012 and some as the park has evolved into its current form post-games.
As the Contracting Authority, the LLDC wishes to procure a new supplier to operate and maintain the London Aquatics Centre. The London Aquatics Centre is key to the ongoing legacy of the QEOP and is one of the most iconic venues of London 2012 Olympic and Paralympic Games.
It is anticipated that a single service provider will be appointed. The contract will be let for a period of 8 years, with optional extension periods of 2 x 12 months.
II.1.5) Estimated total value:
Value excluding VAT: 0.01
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
92620000 - Sport-related services.
92621000 - Sports-event promotion services.
92600000 - Sporting services.
92622000 - Sports-event organisation services.
98351000 - Car park management services.
98351100 - Car park services.
98351110 - Parking enforcement services.
98000000 - Other community, social and personal services.
79993000 - Building and facilities management services.
55520000 - Catering services.
79340000 - Advertising and marketing services.
II.2.3) Place of performance:
UKI41 Hackney and Newham
II.2.4) Description of procurement: The objective of this procurement is to appoint a provider who can deliver Operation and Facilities Management (FM) of the London Aquatics Centre.
The scope of services covers the operation of a world class leisure venue and the associated facilities management. The operation scope includes but not limited to: sports programming (community, club and high performance) and non-sports programming, cafe operations, operating retail spaces, operating, maintaining and managing car parking and enforcement measures and advertising and marketing.
The FM scope includes but is not limited to: building engineering services, cleaning, building fabric maintenance, pool maintenance, fire safety systems and lifecycle works.
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: 96
This contract is subject to renewal: Yes
Description of renewals: Optional extension periods of 2 x 12 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: All criteria are stated 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:
Not Provided
III.1.2) Economic and financial standing
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
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
The 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: No
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: Yes.
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 - 020530
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/12/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/02/2023
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): 6
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Additional Information: To register a bona fide expression of interest in this event, you are firstly requested to complete and return a Confidentiality Agreement 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 to access and complete the Confidentiality Agreement. These requirements must be met before any further information can be released to you.
https://award.commercedecisions.com/londonlegacy/web/project/2d2630dc-9faa-40ea-8a52-5f47be09a725/register
The Contracting Authority will host a virtual SQ Presentation on 16th November at 09:30. The presentation will be hosted via Microsoft Teams and
access details will be provided further to the completion of the Confidentiality Agreement 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Sports-facilities-operation-services./VP67ZPAG63
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VP67ZPAG63
VI.4) Procedures for review
VI.4.1) Review body:
See Section VI.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:
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 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 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: 26/10/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Legacy Development Corporation
5 Endeavour Square, Stratford, London, E20 1JN, United Kingdom
Tel. +44 2032881800, Email: brianwalsh@londonlegacy.co.uk
Contact: Brian Walsh
Main Address: www.queenelizabetholympicpark.co.uk
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.4)Type of the contracting authority:
Other type:: Mayoral Development Corporation
I.5) Main activity:
Other activity: Sports Facilities Operation
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: London Aquatics Centre Operation and Maintenance Services Agreement
Reference number: 0387
II.1.2) Main CPV code:
92610000 - Sports facilities operation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: London Legacy Development Corporation ('LLDC') has appointed Sports and Leisure Management Ltd ('SLM') as the operator of the London Aquatics Centre ('LAC'). SLM will be responsible for the operation and maintenance of the LAC.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,379,017
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
92620000 - Sport-related services.
92621000 - Sports-event promotion services.
92600000 - Sporting services.
92622000 - Sports-event organisation services.
98351000 - Car park management services.
98351100 - Car park services.
98351110 - Parking enforcement services.
98000000 - Other community, social and personal services.
79993000 - Building and facilities management services.
55520000 - Catering services.
79340000 - Advertising and marketing services.
II.2.3) Place of performance
Nuts code:
UKI41 - Hackney and Newham
Main site or place of performance:
Hackney and Newham
II.2.4) Description of the procurement: LLDC has, following a competitive procurement process, appointed SLM as the operator of the London Aquatics Centre ('LAC'). SLM will be responsible for the operation and maintenance of the LAC.
The term of the contract runs until 31 March 2032. LLDC may request an extension of the term by 2 years initially, and then by a further 2 years.
II.2.5) Award criteria:
Quality criterion - Name: The contract is awarded on the basis of the criteria stated in the procurement documents. / Weighting: 0
Cost criterion - Name: The concession is awarded on the basis of the criteria stated in the procurement documents. / Weighting: 0
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-030234
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: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 0387
Lot Number: Not Provided
Title: London Aquatics Centre Operation and Maintenance Services Agreement
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/11/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Sports and Leisure Management Limited, 02204085
2 Watling Drive, Sketchley Meadows, UK-London: Sports facilities operation services., LE10 3EY, United Kingdom
NUTS Code: UKI4
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: 6,379,017
Total value of the contract/lot: 6,379,017
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=810869574
VI.4) Procedures for review
VI.4.1) Review body
See Section VI.4.3
London, United Kingdom
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 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 of an appeal.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 19/07/2024