London Legacy Development Corporation: ​London Aquatics Centre Operation and Maintenance Services Agreement

  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
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-London: Sports facilities operation services.
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