Opportunity

Horticulture and Grounds Maintenance

  • London Legacy Development Corporation

F02: Contract notice

Notice reference: 2022/S 000-024730

Published 2 September 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

London Legacy Development Corporation

Level 9, 5 Endeavour Square

London

E20 1JN

Contact

Cameron Todd

Email

procurement@londonlegacy.co.uk

Telephone

+44 2032881800

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

https://www.queenelizabetholympicpark.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://award.bravosolution.co.uk/londonlegacy/web/project/b6b90ff9-b820-43f9-bd2f-ccf44718eabb/register

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://award.bravosolution.co.uk/londonlegacy/web/project/b6b90ff9-b820-43f9-bd2f-ccf44718eabb/register

Tenders or requests to participate must be submitted to the above-mentioned address

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

Horticulture and Grounds Maintenance

Reference number

0377

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Legacy Corporation Development (LLDC) operates Queen Elizabeth Olympic Park (QEOP) utilising a number of different service contracts that have been let from the parks inception; some prior to London 2012 and some as the park has evolved into its current form post-games.

As the Contracting Authority, the LLDC wishes to procure a service contract for delivery of large scale, complex horticulture, grounds maintenance, facilities management and volunteering services, to ensure a high quality standards of maintenance to our Park and public realm, in alignment with Green Flag requirements.

It is anticipated that a single service provider will be appointed. The contract will be let for a period of 8 years, with optional extension periods of 2 x 12 months.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 45112700 - Landscaping work
  • 45233260 - Pedestrian ways construction work
  • 79993000 - Building and facilities management services
  • 50700000 - Repair and maintenance services of building installations
  • 45112723 - Landscaping work for playgrounds
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90911200 - Building-cleaning services
  • 45233293 - Installation of street furniture
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77211600 - Tree seeding
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning
  • 90610000 - Street-cleaning and sweeping services

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

Hackney and Newham

two.2.4) Description of the procurement

The objective of this procurement is to appoint a service provider that will deliver maintenance to all hard standings, roads and footpaths, bridges and other infrastructure, fencing, walls and gates, drainage, un-adopted utilities, signage, street and park furniture, canal banks and waterways.

The scope of this contract covers the external areas of Queen Elizabeth Olympic Park (QEOP) including Infrastructure and Parkland and Key Buildings. The scope includes Stratford Waterfront and the Stadium Island areas of QEOP.

Broadly, the service provider will deliver the following services in respect of external areas, infrastructure, and parkland:

•External Areas and Infrastructure Maintenance

•Horticulture Services

•Litter and graffiti removal

•Pest Control

•Projects and Lifecycle

•Sustainability co-ordination

•Waste Management

•Volunteering

•Single point of contact Helpdesk for all services in scope.

The specification identifies key deliverables required from the service provider and can be referred to within the procurement documents.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Optional extension periods of 2 x 12 months.

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:

All criteria are stated 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.1.2) 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The contract contains social and environmental requirements. Please see the procurement documents for further details.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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 000-020530

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

Date

3 October 2022

Local time

12:00pm

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

18 November 2022

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To register a bona fide expression of interest in this event, you are firstly requested to complete and return a Confidentiality Agreement to gain access to the procurement documentation, which includes details of the scope, procurement process, award criteria and contract terms. Your primary contact and / or organisation must register on https://award.bravosolution.co.uk/londonlegacy/web/project/b6b90ff9-b820-43f9-bd2f-ccf44718eabb/register to access and complete the Confidentiality Agreement. These requirements must be met before any further information can be released to you.

The Contracting Authority will host a virtual SQ Presentation on Monday 12 September at 11.00. This Presentation will be hosted via Microsoft Teams and access details will be provided further to the completion of the Confidentiality Agreement requirements.

The Contracting Authority is not, and shall not be, liable for any costs, fees or expenses (including (without limitation) any third party costs, fees or expenses) incurred by any Applicants in considering and/or responding to this procurement process.

Tenderers shall be required to price their tender in pounds sterling. All communications will be conducted in English.

The Contracting Authority reserves the right not to award any contract and to make whatever changes it sees fit to the timetable, structure and/or content of the procurement process and to cancel the process in its entirety at any stage. The Contracting Authority does not bind itself to enter into any contract. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any resulting contracts will be considered contracts made in England and wales according to English and Welsh law.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705566828

GO Reference: GO-202292-PRO-20893226

six.4) Procedures for review

six.4.1) Review body

See VI.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 are conducting this procurement and 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.