Award

Future Industries Demonstrator

  • London Legacy Development Corporation

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-020094

Procurement identifier (OCID): ocds-h6vhtk-03e17a

Published 13 July 2023, 12:05pm



Section one: Contracting authority/entity

one.1) Name and addresses

London Legacy Development Corporation

Level 9, 5 Endeavour Square

London

E20 1JN

Email

roberthughes@londonlegacy.co.uk

Telephone

+44 7834464416

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Internet address(es)

Main address

www.queenelizabetholympicpark.co.uk

Buyer's address

www.queenelizabetholympicpark.co.uk

one.4) Type of the contracting authority

Other type

Mayoral Development Corporation

one.5) Main activity

Other activity

Regeneration


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Future Industries Demonstrator

two.1.2) Main CPV code

  • 73120000 - Experimental development services

two.1.3) Type of contract

Services

two.1.4) Short description

Three cycles of an 8-week programme to enable Small and Medium Enterprises (SMEs) and scaleups to validate their products in the local market through a test bedding exercise with local authorities and SHIFT partners , a group of organisations based at the Queen Elizabeth Olympic Park that have come together to form a new, inclusive innovation district – a living testbed that will power better urban futures through innovation, creativity, and collaboration. The service provider must demonstrate knowledge of the sub-region, its strategic supply chains, possess a mission-aligned approach to reaching net zero and driving local impact, as well as possessing the technical subject matter expertise to support businesses operating in climate-tech related sectors is required. The service must deliver subject matter expertise on advanced technologies which businesses will benefit from on this programme, creating economic growth and impact to achieve net zero by 2030 in east London.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £280,800

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

LLDC has carefully considered its requirements to deliver the ‘Future Industries Demonstrator’, which is funded by HM Shared Prosperity Fund and must be delivered by March 2025. Specifically, LLDC have a need to enable Small and Medium sized Enterprises (SMEs) who are selected through our open innovation challenge call out to test and prove their products are viable in the local market and suitable for supply chains and/or consumers. Whilst generic business support and business growth support is available widely in the marketplace, this programme requires highly specific expertise to support the development of ‘innovation trial plans’ to enable early-stage innovation products and services to move from early ‘minimum viable product’ to full scale, implementation and technology deployment within supply chains and direct to consumers, specifically in the local market around Queen Elizabeth Olympic Park. The programme must be delivered at speed to meet the timelines of the funder.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 100%

Cost criterion - Name: Price / Weighting: 0%

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The works, supplies or services can be provided only by a particular economic operator for the following reason: •absence of competition for technical reasons •the purpose of the services is experimentation; to enable third party SME experimentation Potential routes to market were considered for the delivery of this service. The recommended route to market chosen (Plexal Product Builder) shall produce a contract between LLDC and Plexal (Group) Limited. The services for the Plexal Product Builder shall be procured under a direct award by Single Source for the following reasons: -Plexal is the only economic operator who can demonstrate a track record in supporting early stage innovation products to gain traction and success through local test bed implementation and has the required knowledge of the sub-region to enable SME’s to safely deploy their technologies through local strategic supply chains and consumers. -Plexal is the only economic operator with the expertise that enables SME’s to validate their product, build protypes, build business cases as well as provide support to forge partnerships to enable the live tests and wider implementation locally.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract/concession

Title

Future Industries Demonstrator

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

10 July 2023

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Plexal (Group) Limited

6th Floor Lansdowne House, Berkeley Square,

London

W1J 6ER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

10104382

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £280,000

Total value of the contract/lot/concession: £280,000


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=795253633" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=795253633

GO Reference: GO-2023713-PRO-23399339

six.4) Procedures for review

six.4.1) Review body

High Court (England, Wales and Northern Ireland)

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Legacy Development Corporation (LLDC)

5 Endeavour Square

UK-London: Entertainment film production.

E20 1JN

Email

roberthughes@londonlegacy.co.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This VEAT notice is being issued to provide transparency and allow interested parties to raise objections or concerns regarding the proposed contract award. Any objections or concerns regarding the proposed contract award should be submitted in writing to Robert Hughes, roberthughes@londonlegacy.co.uk within 10 calendar days from the notice date. We will carefully review all objections received and take appropriate actions, if necessary, in accordance with the Public Contract Regulations 2015. The contract award will be made following a thorough consideration of the raised objections. We are committed to ensuring fairness, transparency, and value for money on our procurement processes.