Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Horticulture and Grounds Maintenance

  • First published: 03 September 2022
  • Last modified: 03 September 2022
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-02d7a1
Published by:
London Legacy Development Corporation
Authority ID:
AA20923
Publication date:
03 September 2022
Deadline date:
03 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The objective of this procurement is to appoint a service provider that will deliver maintenance to all hard standings, roads and footpaths, bridges and other infrastructure, fencing, walls and gates, drainage, un-adopted utilities, signage, street and park furniture, canal banks and waterways.

The scope of this contract covers the external areas of Queen Elizabeth Olympic Park (QEOP) including Infrastructure and Parkland and Key Buildings. The scope includes Stratford Waterfront and the Stadium Island areas of QEOP.

Broadly, the service provider will deliver the following services in respect of external areas, infrastructure, and parkland:

•External Areas and Infrastructure Maintenance

•Horticulture Services

•Litter and graffiti removal

•Pest Control

•Projects and Lifecycle

•Sustainability co-ordination

•Waste Management

•Volunteering

•Single point of contact Helpdesk for all services in scope.

The specification identifies key deliverables required from the service provider and can be referred to within the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Legacy Development Corporation

Level 9, 5 Endeavour Square

London

E20 1JN

UK

Contact person: Cameron Todd

Telephone: +44 2032881800

E-mail: procurement@londonlegacy.co.uk

NUTS: UKI41

Internet address(es)

Main address: https://www.queenelizabetholympicpark.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://award.bravosolution.co.uk/londonlegacy/web/project/b6b90ff9-b820-43f9-bd2f-ccf44718eabb/register


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://award.bravosolution.co.uk/londonlegacy/web/project/b6b90ff9-b820-43f9-bd2f-ccf44718eabb/register


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Mayoral Development Corporation

I.5) Main activity

Other: Regeneration

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Horticulture and Grounds Maintenance

Reference number: 0377

II.1.2) Main CPV code

77314000

 

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 parks 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 service contract for delivery of large scale, complex horticulture, grounds maintenance, facilities management and volunteering services, to ensure a high quality standards of maintenance to our Park and public realm, in alignment with Green Flag requirements.

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: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

77314000

45112700

45233260

79993000

50700000

45112723

90900000

90910000

90911200

45233293

77211300

77211400

77211500

77211600

77340000

77341000

90610000

II.2.3) Place of performance

NUTS code:

UKI41


Main site or place of performance:

Hackney and Newham

II.2.4) Description of the procurement

The objective of this procurement is to appoint a service provider that will deliver maintenance to all hard standings, roads and footpaths, bridges and other infrastructure, fencing, walls and gates, drainage, un-adopted utilities, signage, street and park furniture, canal banks and waterways.

The scope of this contract covers the external areas of Queen Elizabeth Olympic Park (QEOP) including Infrastructure and Parkland and Key Buildings. The scope includes Stratford Waterfront and the Stadium Island areas of QEOP.

Broadly, the service provider will deliver the following services in respect of external areas, infrastructure, and parkland:

•External Areas and Infrastructure Maintenance

•Horticulture Services

•Litter and graffiti removal

•Pest Control

•Projects and Lifecycle

•Sustainability co-ordination

•Waste Management

•Volunteering

•Single point of contact Helpdesk for all services in scope.

The specification identifies key deliverables required from the service provider and can be referred to within the procurement documents.

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: 30 000 000.00  GBP

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

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.1.2) 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

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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 000-020530

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/10/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/11/2022

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) 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 https://award.bravosolution.co.uk/londonlegacy/web/project/b6b90ff9-b820-43f9-bd2f-ccf44718eabb/register to access and complete the Confidentiality Agreement. These requirements must be met before any further information can be released to you.

The Contracting Authority will host a virtual SQ Presentation on Monday 12 September at 11.00. This 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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705566828

GO Reference: GO-202292-PRO-20893226

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3

London

UK

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 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.5) Date of dispatch of this notice

02/09/2022

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
90911200 Building-cleaning services Accommodation, building and window cleaning services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90910000 Cleaning services Cleaning and sanitation services
77314000 Grounds maintenance services Planting and maintenance services of green areas
45233293 Installation of street furniture Construction, foundation and surface works for highways, roads
45112700 Landscaping work Excavating and earthmoving work
45112723 Landscaping work for playgrounds Excavating and earthmoving work
45233260 Pedestrian ways construction work Construction, foundation and surface works for highways, roads
50700000 Repair and maintenance services of building installations Repair and maintenance services
90610000 Street-cleaning and sweeping services Cleaning and sanitation services in urban or rural areas, and related services
77341000 Tree pruning Tree pruning and hedge trimming
77340000 Tree pruning and hedge trimming Horticultural services
77211600 Tree seeding Services incidental to logging
77211300 Tree-clearing services Services incidental to logging
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@londonlegacy.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.