Section one: Contracting authority
one.1) Name and addresses
London Legacy Development Corporation
1 Stratford Place, Westfield Stratford City, Montfichet Road
London
E20 1EJ
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.