Opportunity

GLA81872 - Post Occupancy Evaluation for the LLDC

  • London Legacy Development Corporation

F02: Contract notice

Notice reference: 2021/S 000-015084

Published 1 July 2021, 2:52pm



The closing date and time has been changed to:

20 August 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Legacy Development Corporation

24 Montfichet Rd,

London

E20 1GR

Contact

Miss Shaheen Lodhi

Email

SHAHEENLODHI.CPT@TFL.GOV.UK

Telephone

+44 12345

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

GLA81872 - Post Occupancy Evaluation for the LLDC

Reference number

DN554026

two.1.2) Main CPV code

  • 70000000 - Real estate services

two.1.3) Type of contract

Services

two.1.4) Short description

This process is being managed by Transport for London (TfL) on behalf of the London Legacy Development Corporation.

The process is being conducted under the Open Procedure under Public Contracts Regulations R27.

The London Legacy Development Corporation (LLDC) are seeking to appoint an experienced Consultant team to deliver a decisively engagement-led post occupancy evaluation (POE) for Chobham Manor (CM), the Corporation’s first neighbourhood and at the first phase of the Corporation’s second neighbourhood, East Wick (East Wick & Sweetwater or EWSW).

two.1.5) Estimated total value

Value excluding VAT: £180,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The London Legacy Development Corporation (LLDC) are seeking to appoint an experienced Consultant team to deliver a decisively engagement-led post occupancy evaluation (POE) for Chobham Manor (CM), the Corporation’s first neighbourhood and at the first phase of the Corporation’s second neighbourhood, East Wick (East WIck & Sweetwater or EWSW).

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: £180,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

There will be a maximum period of up to 12 months renewal if required.

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

two.2.14) Additional information

Please refer to the Procurement Documents for all information.


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

Bidders wishing to participate should access the detailed Procurement Documents referred to in this Contract Notice, decide on their interest in and capacity and capability for delivering the services which are the subject matter of this contract notice and complete and submit the Eligibility criteria and ITT documents by the deadline specified in the section iv.2.2. Further instructions are all included in 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

three.2) Conditions related to the contract

three.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 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

Originally published as:

Date

11 August 2021

Local time

5:00pm

Changed to:

Date

20 August 2021

Local time

12:00pm

See the change notice.

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 August 2021

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This contract notice (and the associated procurement documents) are published in good faith. No warranty is given as to the accuracy or completeness of the information contained in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by the LLDC and TfL and its advisors.

Nothing in this contract notice (nor in the associated procurement documents) will be taken as constituting an offer (whether implied or otherwise) or any agreement, whether express or implied between, the LLDC/TFL, any other Contracting Authority and any other party. The LLDC/TFL reserves the right to withdraw from, cancel or amend the procurement process and may award the Open Procedure Contract in whole, in part or not at all as a result of this call for competition with no liability on its part.

Entering into the Contract does not guarantee any level of services and/or works will be called-off by the contracting authorities. Neither the LLDC/TFL shall not be liable for any costs or expenses incurred by any economic operator in considering and/or responding to the procurement process and/or resulting from any amendment or cancellation of this procurement exercise.

Bidders submit a response to the SSQ at their own risk. All discussions and meetings will be conducted in English.

Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the Contract will be in Pounds Sterling.

To express an interest in this tender, Bidders need to complete and submit a response to the SSQ and ITT in response to the deadline in Section IV.2.2. To access the procurement documents and complete and submit the SSQ, Bidders will need to be registered on the Client's online eTendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com. Further instructions and guidance are included in the SSQ and other procurement documents.

Bidders must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the procurement and terms of the contract and the rules of the procurement process before submitting their tender response. Video tutorials, FAQ’s and help pages are included in the Help Centre ‘Responding to Tenders’ section of the eTendering website (https://supplierhelp.due-north.com/).

For further assistance consult the online help, contact ‘log a ticket’ on the supplier support portal (http:// www.proactis.com/Support) at the first instance. Messages are to be sent to the Client via the messages area on the portal where support is unresolved.

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Transport for London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3.

Please note that award decision notices (standstill letters) will be issued under Regulation 86 (and a Regulation 87 standstill period will be observed) at the completion of the ITT stage of this initial competition on selection of the bidders to appear on the ranking list. This is the point at which the award decision is taken and at which the competitive procurement process concludes. No further standstill letters will be issued, and there will be no further standstill periods observed.

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

Transport for London

London

Email

shaheenlodhi@tfl.gov.uk

Country

United Kingdom

Internet address

https://tfl.gov.uk