Awarded contract

Park Ops and Venues — Project Life Cycle Asset Replacement and Refurbishment Term Contracts

  • London Legacy Development Corporation

F03: Contract award notice

Notice reference: 2021/S 000-013794

Published 17 June 2021, 4:15pm



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 2032881800

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.queenelizabetholympicpark.co.uk

Buyer's address

https://www.queenelizabetholympicpark.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Park Ops and Venues — Project Life Cycle Asset Replacement and Refurbishment Term Contracts

Reference number

0279

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Term service contracts for the project life-cycle asset replacement, refurbishment and general works to cover all of the LLDC’s estate including the Queen Elizabeth Olympic Park (QEOP) and venues including the London Aquatics Centre, Copper Box Arena, Arcelor Mittal Orbit, London Stadium, Three Mills Studios, Pudding Mill, Stadium ‘E20 Stadium’ and ‘LS185’ and the venues within and all of the LLDC off-park properties property portfolio and off park development platforms at Hackney Wick, Rick Roberts Way, Three Mills and Pudding Mill. The scope of these works can be summarised as:

Lot 1: M&E (internal and external works);

Lot 2: Building Fabric (internal and external works);

Lot 3: Civils (external works).

The works are due to be carried from April 2021 onwards.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £19,000,000

two.2) Description

two.2.1) Title

Lot 1: M&E (Mechanical and Electrical)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31527260 - Lighting systems
  • 45316110 - Installation of road lighting equipment
  • 50232100 - Street-lighting maintenance services
  • 50232110 - Commissioning of public lighting installations
  • 71318100 - Artificial and natural lighting engineering services for buildings
  • 31682510 - Emergency power systems
  • 31682530 - Emergency power supplies
  • 45231400 - Construction work for electricity power lines
  • 45232200 - Ancillary works for electricity power lines
  • 45251000 - Construction works for power plants and heating plants
  • 71323100 - Electrical power systems design services
  • 31518200 - Emergency lighting equipment
  • 31682500 - Emergency electricity equipment
  • 31682520 - Emergency shutdown systems
  • 45216120 - Construction work for buildings relating to emergency services
  • 45216125 - Emergency-services building construction work
  • 45312000 - Alarm system and antenna installation work
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 71315410 - Inspection of ventilation system
  • 71321400 - Ventilation consultancy services
  • 45232120 - Irrigation works
  • 45232121 - Irrigation piping construction work
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 45330000 - Plumbing and sanitary works
  • 45332000 - Plumbing and drain-laying work
  • 45332200 - Water plumbing work
  • 71321300 - Plumbing consultancy services
  • 45232152 - Pumping station construction work
  • 45232431 - Wastewater pumping station
  • 45245000 - Dredging and pumping works for water treatment plant installations
  • 45317100 - Electrical installation work of pumping equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50511000 - Repair and maintenance services of pumps
  • 50511200 - Repair and maintenance services of gas pumps
  • 50512000 - Repair and maintenance services of valves
  • 42160000 - Boiler installations
  • 45331110 - Boiler installation work
  • 50531100 - Repair and maintenance services of boilers
  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
  • 45259300 - Heating-plant repair and maintenance work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 50720000 - Repair and maintenance services of central heating
  • 50721000 - Commissioning of heating installations
  • 71314310 - Heating engineering services for buildings
  • 71321200 - Heating-system design services
  • 48952000 - Public address systems
  • 42416100 - Lifts
  • 42416120 - Goods lifts
  • 42416130 - Mechanical lifts
  • 45313000 - Lift and escalator installation work
  • 45313100 - Lift installation work
  • 50750000 - Lift-maintenance services
  • 31216100 - Lightning-protection equipment
  • 45312310 - Lightning-protection works
  • 45312311 - Lightning-conductor installation work
  • 92222000 - Closed circuit television services
  • 32234000 - Closed-circuit television cameras

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKI42 - Tower Hamlets
  • UKI41 - Hackney and Newham
  • UKI53 - Redbridge and Waltham Forest
Main site or place of performance

LONDON,Tower Hamlets,Hackney and Newham,Redbridge and Waltham Forest

two.2.4) Description of the procurement

Lot 1 is for M&E (internal and external) replacement and refurbishment works relating to:

— lighting and power (LV),

— standby emergency systems,

— alarm systems,

— air conditioning/ventilation/humidity systems,

— rainwater installations/irrigation/rainwater harvest systems,

— plumbing and sanitary ware,

— water conditioning,

— pumped systems/valving,

— boilers/heating installations,

— PA systems,

— lift systems,

— lightning protection systems,

— CCTV.

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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

two.2) Description

two.2.1) Title

Lot 2 – Building Fabric

Lot No

Lot 2 – Building Fabric

two.2.2) Additional CPV code(s)

  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45213100 - Construction work for commercial buildings
  • 45213312 - Car park building construction work
  • 45213313 - Service-area building construction work
  • 45262690 - Refurbishment of run-down buildings
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 45442110 - Painting work of buildings
  • 45450000 - Other building completion work
  • 45452000 - Exterior cleaning work for buildings
  • 45452100 - Blast cleaning work for building exteriors
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 71247000 - Supervision of building work
  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71631300 - Technical building-inspection services
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work
  • 45262000 - Special trade construction works other than roof works
  • 44115310 - Roller-type shutters
  • 44221400 - Shutters
  • 45421142 - Installation of shutters
  • 44221000 - Windows, doors and related items
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421111 - Installation of door frames
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45421140 - Installation of metal joinery except doors and windows
  • 44221100 - Windows
  • 44221110 - Window frames
  • 45421112 - Installation of window frames
  • 45421132 - Installation of windows
  • 45440000 - Painting and glazing work
  • 45441000 - Glazing work
  • 44212381 - Cladding
  • 45262650 - Cladding works
  • 45262500 - Masonry and bricklaying work
  • 45262520 - Bricklaying work
  • 45262521 - Facing brickwork
  • 31343000 - Insulated cable joints
  • 33141750 - Artificial joints
  • 42141800 - Universal joints
  • 44163240 - Pipe joints
  • 44163241 - Insulated joints
  • 45451000 - Decoration work
  • 79931000 - Interior decorating services
  • 44800000 - Paints, varnishes and mastics
  • 44811000 - Road paint
  • 45233221 - Road-surface painting work
  • 45233270 - Parking-lot-surface painting work
  • 45442100 - Painting work
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 44112300 - Partitions
  • 44112310 - Partition walls
  • 45421141 - Installation of partitioning
  • 45421152 - Installation of partition walls
  • 45262620 - Supporting walls
  • 45430000 - Floor and wall covering work
  • 45431200 - Wall-tiling work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45432200 - Wall-covering and wall-papering work
  • 44220000 - Builders' joinery
  • 45420000 - Joinery and carpentry installation work
  • 45421150 - Non-metal joinery installation work
  • 44316000 - Ironmongery
  • 45421160 - Ironmongery work
  • 39812500 - Sealants
  • 45421146 - Installation of suspended ceilings

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKI42 - Tower Hamlets
  • UKI41 - Hackney and Newham
  • UKI53 - Redbridge and Waltham Forest
Main site or place of performance

LONDON,Tower Hamlets,Hackney and Newham,Redbridge and Waltham Forest

two.2.4) Description of the procurement

Lot 2: Building fabric (internal and external) service relating to:

— works to external envelopes, including roofing, roller shutters, doors, windows/glazing, curtain walling, brick and blockwork, external finishings, expansion joints and external re-decoration;

— internal works, including walls/partitions, joinery, doors, fitting-out, ironmongery, sealants/joints, suspended ceilings, finishings and re-decoration.

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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

two.2) Description

two.2.1) Title

Lot 3 – Civils / External

Lot No

Lot 3 – Civils / External

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45233221 - Road-surface painting work
  • 45233270 - Parking-lot-surface painting work
  • 45442100 - Painting work
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 44113800 - Road-surfacing materials
  • 45233223 - Carriageway resurfacing works
  • 45233250 - Surfacing work except for roads
  • 45233251 - Resurfacing works
  • 44912400 - Kerbstones
  • 34922000 - Road-marking equipment
  • 34922100 - Road markings
  • 31523000 - Illuminated signs and nameplates
  • 31523200 - Permanent message signs
  • 34928470 - Signage
  • 34992000 - Signs and illuminated signs
  • 34992100 - Illuminated traffic signs
  • 34992200 - Road signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45233290 - Installation of road signs
  • 45316211 - Installation of illuminated road signs
  • 45233293 - Installation of street furniture
  • 43324000 - Drainage equipment
  • 44163110 - Drainage pipes
  • 44163112 - Drainage system
  • 45111240 - Ground-drainage work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45247112 - Drainage canal construction work
  • 90733500 - Surface water pollution drainage services
  • 90733800 - Groundwater pollution drainage services
  • 65000000 - Public utilities
  • 34928220 - Fencing components
  • 34928310 - Safety fencing
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45342000 - Erection of fencing
  • 45112700 - Landscaping work
  • 45112710 - Landscaping work for green areas
  • 45112711 - Landscaping work for parks
  • 45112713 - Landscaping work for roof gardens
  • 45112730 - Landscaping work for roads and motorways
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233140 - Roadworks
  • 45233141 - Road-maintenance works
  • 45233142 - Road-repair works
  • 45233220 - Surface work for roads
  • 71631480 - Road-inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKI42 - Tower Hamlets
  • UKI41 - Hackney and Newham
  • UKI53 - Redbridge and Waltham Forest
Main site or place of performance

LONDON,Tower Hamlets,Hackney and Newham,Redbridge and Waltham Forest

two.2.4) Description of the procurement

Lot 3: Civils/External services relating to:

— external paving/surfacing/kerbing and pothole repairs,

— Road repairs/reconstruction,

— road markings and signage,

— street furniture,

— drainage/utilities,

— walls and fencing,

— soft and hard landscaping.

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 122-300409


Section five. Award of contract

Contract No

0279 - Lot 1

Lot No

1

Title

Lot 1 - M&E (Mechanical & Electrical)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 May 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Parkserve Solutions Limited

Collingwood House Schooner Court, Crossways Business Park, Crossways Business Park

Dartford

DA2 6QQ

Email

mtomlinson@parkserve.co.uk

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

13176985

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £6,000,000

Total value of the contract/lot: £6,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 30 %

Short description of the part of the contract to be subcontracted

Mechanical services, Data Networks, Fire Alarms.


Section five. Award of contract

Contract No

0279 - Lot 2

Lot No

2

Title

Lot 2 – Building Fabric

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 May 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Parkserve Solutions Limited

Collingwood House Schooner Court, Crossways Business Park

Dartford

DA2 6QQ

Email

mtomlinson@parkserve.co.uk

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

13176985

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £4,000,000

Total value of the contract/lot: £4,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 70 %

Short description of the part of the contract to be subcontracted

Specialist Painting, Line Marking, Stadium Seating, Roller Shutters.


Section five. Award of contract

Contract No

0279 - Lot 3

Lot No

3

Title

Lot 3 – Civils / External

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 May 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Parkserve Solutions Limited

Collingwood House Schooner Court, Crossways Business Par

Dartford

DA2 6QQ

Email

mtomlinson@parkserve.co.uk

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

13176985

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £9,000,000

Total value of the contract/lot: £9,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 75 %

Short description of the part of the contract to be subcontracted

Re–surfacing Works, Ground Works, Fencing.


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=602348734

GO Reference: GO-2021617-PRO-18415888

six.4) Procedures for review

six.4.1) Review body

See VI.4.3)

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3)

London

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 LLDC of an appeal.

six.4.4) Service from which information about the review procedure may be obtained

See VI.4.3)

London

Telephone

+44 2032881800

Country

United Kingdom