Tender

Design and Construction Related Consultancy Services

  • London Legacy Development Corporation

F02: Contract notice

Notice identifier: 2021/S 000-017558

Procurement identifier (OCID): ocds-h6vhtk-02c331

Published 23 July 2021, 6:15pm



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 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:-Construction-consultancy-services./2PFS6NS637

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

Design and Construction Related Consultancy Services

Reference number

0274

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Legacy Development Corporation ('LLDC') as the Contracting Authority is intending to put in place a framework agreement for a single supplier to provide the following services:

• Cost Management and Assurance

• Construction Project Design (RIBA Stages 1-6)

• Design Assurance

• Environmental Sustainability

• GIS and BIM Services

• Health & Safety (inc. CDM Regulations)

• Highways Engineering

• Highways Planning Advice

• Highways Technical Design Review

• NEC3 and NEC4 Supervisor

• Project Management

• Pedestrian and Highways Modelling

• Surveys including but not limited to buildings, topographical, utilities, geotechnical and structural

• Technical Advisory Services

The framework agreement will be available for use by the following parties:

- E20 Stadium LLP

- London Legacy Development Corporation

- London Stadium 185 Limited

Further details can be found within the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71315200 - Building consultancy services
  • 71317210 - Health and safety consultancy services
  • 71351200 - Geological and geophysical consultancy services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71520000 - Construction supervision services
  • 79415200 - Design consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311220 - Highways engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71315100 - Building-fabric consultancy services
  • 71540000 - Construction management services
  • 71500000 - Construction-related 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.

This procurement is a Restricted Procedure being conducted under the Public Contracts Regulations 2015.

The form of contract will be a single supplier professional services framework agreement based on the NEC3 Professional Services Contract (PSC) and as amended to reflect the Contracting Authority's framework specific requirements.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

Provided there is a sufficient number of suitably qualified applicants, the Contracting Authority shall invite four applicants who have scored the highest and who have met the required SQ technical threshold to the Invitation to Tender stage. The objective criteria for SQ selection will be as detailed in the procurement documents.

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 SQ 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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-015294

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

Date

23 August 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 September 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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:-Construction-consultancy-services./2PFS6NS637

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/2PFS6NS637

GO Reference: GO-2021723-PRO-18618281

six.4) Procedures for review

six.4.1) Review body

See V1.4.3

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 the LLDC of an appeal.