Tender

Website Development, Hosting and Maintenance Services

  • London Legacy Development Corporation

F02: Contract notice

Notice identifier: 2022/S 000-022951

Procurement identifier (OCID): ocds-h6vhtk-035fdb

Published 18 August 2022, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

London Legacy Development Corporation

Level 9, 5 Endeavour Square, Stratford

London

E20 1JN

Email

procurement@londonlegacy.co.uk

Telephone

+44 2032888857

Country

United Kingdom

Region 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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./7PM4F485Q2

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

Website Development, Hosting and Maintenance Services

Reference number

0386

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

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 contract for a single supplier to design, build and implement a new Queen Elizabeth Olympic Park (‘QEOP’) website. Additional services required include (without limitation) website hosting, maintenance and ad-hoc developmental work.

Further details can be found within the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72400000 - Internet services
  • 72500000 - Computer-related services
  • 72600000 - Computer support and consultancy services
  • 72420000 - Internet development services
  • 72590000 - Computer-related professional services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212220 - Internet and intranet software development services
  • 72421000 - Internet or intranet client application development 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 in respect of the scope of services.

This procurement is a restricted procedure being conducted under the Public Contracts Regulations 2015.

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

60

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: 5

Objective criteria for choosing the limited number of candidates:

Provided there is a sufficient number of suitably qualified applicants, the Contracting Authority shall invite five applicants who have scored the highest 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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7PM4F485Q2


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.8) 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

19 September 2022

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)


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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./7PM4F485Q2

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7PM4F485Q2

GO Reference: GO-2022818-PRO-20810050

six.4) Procedures for review

six.4.1) Review body

London Legacy Development Corporation

Level 9, 5 Endeavour Square, Stratford

London

E20 1JN

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.