Opportunity

Quality Review Panel and Community Review Panel Project Management Services

  • London Legacy Development Corporation

F02: Contract notice

Notice reference: 2022/S 000-008364

Published 29 March 2022, 10:15am



Section one: Contracting authority

one.1) Name and addresses

London Legacy Development Corporation

1 Stratford Place, Westfield Stratford City, Montfichet Road

London

E20 1EJ

Email

procurement@londonlegacy.co.uk

Telephone

+44 2032888857

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.queenelizabetholympicpark.co.uk

one.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:-Architectural-and-related-services./995SEWX684

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Development and regeneration


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Quality Review Panel and Community Review Panel Project Management Services

Reference number

0370

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Legacy Development Corporation (‘LLDC’) as the Contracting Authority and Local Planning Authority with responsibility for planning functions within its area, including determination of planning applications and plan making requires project management services to provide ongoing management and support for the delivery of its Quality Review Panel and to lead the implementation and set-up of a Community Review Panel and support its ongoing management.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

See II.1.4 above in respect of the scope of services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 ITT pack which forms part of the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

29 April 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

29 April 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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:-Architectural-and-related-services./995SEWX684

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/995SEWX684

GO Reference: GO-2022329-PRO-19873056

six.4) Procedures for review

six.4.1) Review body

London Legacy Development Corporation

1 Stratford Place, Westfield Stratford City, Montfichet Road

London

E20 1EJ

Country

United Kingdom

six.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.