Opportunity

​London Aquatics Centre Operation and Maintenance Services Agreement

  • London Legacy Development Corporation

F02: Contract notice

Notice reference: 2022/S 000-030243

Published 26 October 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

London Legacy Development Corporation

Foor 9, 5 Endeavour Square, Stratford

London

E20 1JN

Contact

Madeleine Bromley

Email

QEOPOperationalContracts@londonlegacy.co.uk

Telephone

+44 2032881800

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

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://award.commercedecisions.com/londonlegacy/web/project/2d2630dc-9faa-40ea-8a52-5f47be09a725/register

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

Other type

Mayoral Development Corporation

one.5) Main activity

Other activity

Sports Facilities Operation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

​London Aquatics Centre Operation and Maintenance Services Agreement

Reference number

0387

two.1.2) Main CPV code

  • 92610000 - Sports facilities operation 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 park's 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 new supplier to operate and maintain the London Aquatics Centre. The London Aquatics Centre is key to the ongoing legacy of the QEOP and is one of the most iconic venues of London 2012 Olympic and Paralympic Games.

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: £0.01

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 92620000 - Sport-related services
  • 92621000 - Sports-event promotion services
  • 92600000 - Sporting services
  • 92622000 - Sports-event organisation services
  • 98351000 - Car park management services
  • 98351100 - Car park services
  • 98351110 - Parking enforcement services
  • 98000000 - Other community, social and personal services
  • 79993000 - Building and facilities management services
  • 55520000 - Catering services
  • 79340000 - Advertising and marketing 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 provider who can deliver Operation and Facilities Management (FM) of the London Aquatics Centre.

The scope of services covers the operation of a world class leisure venue and the associated facilities management. The operation scope includes but not limited to: sports programming (community, club and high performance) and non-sports programming, cafe operations, operating retail spaces, operating, maintaining and managing car parking and enforcement measures and advertising and marketing.

The FM scope includes but is not limited to: building engineering services, cleaning, building fabric maintenance, pool maintenance, fire safety systems and lifecycle works.

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

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.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.


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

16 December 2022

Local time

12:00pm

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

20 February 2023

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: 6 (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

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 to access and complete the Confidentiality Agreement. These requirements must be met before any further information can be released to you.

https://award.commercedecisions.com/londonlegacy/web/project/2d2630dc-9faa-40ea-8a52-5f47be09a725/register

The Contracting Authority will host a virtual SQ Presentation on 16th November at 09:30. The 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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Sports-facilities-operation-services./VP67ZPAG63

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/VP67ZPAG63

GO Reference: GO-20221026-PRO-21262025

six.4) Procedures for review

six.4.1) Review body

See Section VI.4.3

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.