Section one: Contracting authority
one.1) Name and addresses
London Legacy Development Corporation
24 Montfichet Rd,
London
E20 1GR
Contact
Miss Shaheen Lodhi
Telephone
+44 12345
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
Country
United Kingdom