Opportunity

The Provision and Operation of Relocatable Seating Stands to the London Stadium West Stand

  • E20 Stadium LLP

F02: Contract notice

Notice reference: 2021/S 000-015196

Published 2 July 2021, 12:14pm



Section one: Contracting authority

one.1) Name and addresses

E20 Stadium LLP

Level 10, 1 Stratford Place, Montfichet Road

London

E20 1EJ

Email

procurement@londonlegacy.co.uk

Telephone

+44 2032881800

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.queenelizabetholympicpark.co.uk

Buyer's address

https://www.delta-esourcing.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.delta-esourcing.com

Additional information can be obtained from another address:

E20 Stadium LLP

1 Stratford Place, Westfield Stratford City, Montfichet Road

London

E20 1EJ

Email

procurement@londonlegacy.co.uk

Telephone

+44 2032881800

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.queenelizabetholympicpark.co.uk

Tenders or requests to participate must be submitted to the following address:

E20 Stadium LLP

1 Stratford Place, Westfield Stratford City, Montfichet Road

London

E20 1EJ

Email

procurement@londonlegacy.co.uk

Telephone

+44 2032881800

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.queenelizabetholympicpark.co.uk

one.4) Type of the contracting authority

Other type

Mayoral Development Corporation

one.5) Main activity

Other activity

Management and operation of stadium


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision and Operation of Relocatable Seating Stands to the London Stadium West Stand

Reference number

0349

two.1.2) Main CPV code

  • 45212221 - Construction work in connection with structures for sports ground

two.1.3) Type of contract

Works

two.1.4) Short description

E20 Stadium LLP (“E20”) as the Contracting Authority wishes to procure a Contractor for design, supply, regular installation, testing, regular removal, maintenance and renewal of modular West Stand sections to the lower bowl of the Stadium, and associated surrounds, as more particularly described in the procurement documents. The anticipated contract term is 5 years with the option to extend by 2 years.

two.1.5) Estimated total value

Value excluding VAT: £14,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45212221 - Construction work in connection with structures for sports ground

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

Hackney and Newham

two.2.4) Description of the procurement

E20 Stadium LLP (the Contracting Authority) wishes to procure a Contractor to design, supply, operate and maintain modular seating with the Stadium at the Queen Elizabeth Olympic Park for a period of up to 7 years. This includes the requirement to transition West Stand seating between 'athletics', 'concert' and 'football pitch' modes, including the potential for further bespoke seating arrangement transitions as required.

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: £14,500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Optional extension periods of 2 x 12 months.

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 stated in 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.2.2) Contract performance conditions

This contract contains social and environmental requirements. Please see the procurement documents for further details.

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

Date

31 August 2021

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

31 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

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.

To register a bona fide expression of interest in this event, you are firstly requested to complete and return a NDA 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/29e2eb8f-04e0-4308-af11-3d545105cce4/register to access and complete the NDA. These requirements must be met before any further information can be released to you.

The Contracting Authority will host a virtual Tender Presentation on Thursday 15th July at 14.00. This Presentation will be hosted via Microsoft Teams and access details will be provided further to the completion of NDA 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=604382945

GO Reference: GO-202172-PRO-18502141

six.4) Procedures for review

six.4.1) Review body

See VI.4.3

See VI.4.3

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 on behalf of E20 Stadium LLP 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 on behalf of E20 Stadium LLP of an appeal.