Section one: Contracting authority
one.1) Name and addresses
London Legacy Development Corporation
Level 9, 5 Endeavour Square, Stratford
London
E20 1JN
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
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:
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.