Contract 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
UK
Telephone: +44 2032888857
E-mail: procurement@londonlegacy.co.uk
NUTS: UKI
Internet address(es)
Main address: www.queenelizabetholympicpark.co.uk
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Development and regeneration
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
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:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71530000
71315200
71317210
71351200
71541000
72224000
71510000
71521000
71520000
79415200
71311000
71311200
71311220
71311300
71313000
71315100
71540000
71500000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
LONDON
II.2.4) Description of the 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about 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
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
09/09/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
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
GO Reference: GO-2021723-PRO-18618281
VI.4) Procedures for review
VI.4.1) Review body
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.5) Date of dispatch of this notice
23/07/2021