Section one: Contracting authority
one.1) Name and addresses
London Legacy Development Corporation
Level 9, 5 Endeavour Square
London
E20 1JN
Contact
Cameron Todd
procurement@londonlegacy.co.uk
Telephone
+44 2032881800
Country
United Kingdom
Region 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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.