Business NewsTenders

UK-London: Construction work tender

Official EU reference: 302517-2014

Published on: 06/09/2014

Deadline date:14/10/2014

Location where the contract is to be carried out: Outer London – East and North East

Name of the buying organisation: LONDON LEGACY DEVELOPMENT CORPORATION

Summary of the contract
Stadium Fit-Out of Hospitality Areas (Works Contractor).
Construction work. Building construction work. Multi-functional buildings
construction work. Construction work for buildings relating to leisure,
sports, culture, lodging and restaurants. Construction work of leisure
facilities. Entertainment building construction work. Construction work
for sports facilities. Multi-purpose sports facilities construction work.
Construction work in connection with structures for sports ground. Stadium
construction work. The procurement is for the construction of the fit-out
elements of the new hospitality areas within the Stadium that was used to
host the 2012 Games. The fit-out works are part of the overall
transformation programme to transform the Stadium to be the home for West
Ham United Football Club, UK Athletics and to host major sport and
non-sporting events. The project will comprise of the fit-out to four
floors of the West Stand of the Stadium. The hospitality areas include 8
501 m² of interior space comprising approximately 3 101 m² of lounges, 400
m² of private boxes, 1 800 m² of hospitality concourse, 3 200 m² of
circulation, toilets and ancillary areas.
The Works include but are not limited to, the supply and installation of
wall, floor and ceilings finishes, bar joinery, second fix building
engineering services, fixtures, fittings, graphics and signage, working
within the Stadium Contractor’s working area. The successful contractor
will be required to liaise with other contractors on-site for the location
and detail of second fix services and interfacing programme of works.
CPV: 45000000, 45210000, 45211350, 45212000, 45212100, 45212170, 45212200,
45212220, 45212221, 45212224.

Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
London Legacy Development Corporation
Level Ten, 1 Stratford Place, Montfichet Road
Contact point(s): Procurement
For the attention of: Suzanne Wightwick
E20 1EJ London
UNITED KINGDOM
Telephone: +44 2032881800
E-mail: [email protected]
Internet address(es):
General address of the contracting authority:
www.queenelizabetholympicpark.co.uk
Electronic access to information: www.supplyinglondon.co.uk
Electronic submission of tenders and requests to participate:
www.supplyinglondon.co.uk
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Other: regeneration and development
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
E20 Stadium LLP
Level Ten, 1 Stratford Place, Montfichet Road
E20 1EJ London
UNITED KINGDOM
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Stadium Fit-Out of Hospitality Areas (Works Contractor).
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Design and execution
NUTS code UKI21
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Construction work. Building construction work. Multi-functional buildings
construction work. Construction work for buildings relating to leisure,
sports, culture, lodging and restaurants. Construction work of leisure
facilities. Entertainment building construction work. Construction work
for sports facilities. Multi-purpose sports facilities construction work.
Construction work in connection with structures for sports ground. Stadium
construction work. The procurement is for the construction of the fit-out
elements of the new hospitality areas within the Stadium that was used to
host the 2012 Games. The fit-out works are part of the overall
transformation programme to transform the Stadium to be the home for West
Ham United Football Club, UK Athletics and to host major sport and
non-sporting events. The project will comprise of the fit-out to four
floors of the West Stand of the Stadium. The hospitality areas include 8
501 m² of interior space comprising approximately 3 101 m² of lounges, 400
m² of private boxes, 1 800 m² of hospitality concourse, 3 200 m² of
circulation, toilets and ancillary areas.
The Works include but are not limited to, the supply and installation of
wall, floor and ceilings finishes, bar joinery, second fix building
engineering services, fixtures, fittings, graphics and signage, working
within the Stadium Contractor’s working area. The successful contractor
will be required to liaise with other contractors on-site for the location
and detail of second fix services and interfacing programme of works.
II.1.6) Common procurement vocabulary (CPV)
45000000, 45210000, 45211350, 45212000, 45212100, 45212170, 45212200,
45212220, 45212221, 45212224
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.3) Duration of the contract or time limit for completion
Duration in months: 17 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The Contracting Authority reserves the rights to require deposits,
guarantees, bonds, and/or other forms of appropriate security.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Details will be provided within the pre-qualification questionnaire (PQQ)
and, to those that qualify, in the invitation to tender documents, copies
of which are available from the Supplying London portal (details of which
can be found at Section VI.3 of this Notice).
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
The Contracting Authority reserves the right to require groupings of
contractors to take a particular legal form or to require a single
contractor to take primary liability or to require that each party
undertakes joint and severable liability irrespective of the legal form of
the contracting entity. Details will be provided in the pre-qualification
questionnaire (PQQ) and the invitation to tender documents, copies of
which are available from the Supplying London portal (details of which can
be found in Section VI.3 of this Notice).
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The performance of the contract is
subject to particular conditions: yes
Description of particular conditions: The Contracting Authority will
require any organisation that is to be invited to tender for the works to
have demonstrated that they:
a) are of sufficient financial standing; and
b) have sufficient experience, capacity, and capability;
in the management of the risks associated with delivery of the project.
Full details of the pre-qualification and evaluation criteria are provided
in the pre-qualification questionnaire (PQQ) and the invitation to tender
documents, copies of which are available from the Supplying London portal
(details of which can be found in Section VI.3 of this Notice).
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: The Authority will apply all the offences listed in Article 45(1)
of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public
Contract Regulations (PCR) 2006 in the UK) and all of the professional
misconducts listed at Article 45(2) of Directive 2004/18/EC (see also
Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate
is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.supplyinglondon.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the
qualification process. For candidates who are registered overseas, you
will need to declare if you have any offences/misconduct under your own
countries laws, where these laws are equivalent to the Regulation 23
lists.
Candidates who have been convicted of any of the offences under Article
45(1) are ineligible and will not be selected to bid, unless there are
overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or
misconduct under Article 45(2) may be excluded from being selected to bid
at the discretion of the Authority.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Selection information required from Applicants will be stated in
the pre-qualification questionnaire (PQQ) and supporting documentation,
which is available for download from the Supplying London portal.
Minimum level(s) of standards possibly required: 1) Applicants interested
in being short-listed and invited to tender for the competition must
demonstrate the following:
a. A minimum annual turnover in each of the last 3 consecutive years of
GBP 6 750 000 million or equivalent financial performance in the
Applicant’s reporting currency or equivalent proof of financial standing.
b. In the case of a consortium bid, the combined minimum annual turnover
of the Applicant and the relevant companies in each of the last 3
consecutive years must be no less than that specified in paragraph a.
above and the minimum annual turnover of at least 1 of the parties must be
no less than GBP 2 250 000 million or equivalent financial performance in
reporting currency or equivalent proof of financial standing.
In addition, the Contracting Authority will undertake a conformance check
of each Applicant’s financial strength prior to the Award of the contract.
That check will be undertaken by establishing a Dunn and Bradstreet
Failure Score for each Applicant. The Contracting Authority will require
each Applicant to achieve a minimum Dunn and Bradstreet Failure Score of
50 or above. Failure Scores between 1 and 20 may be automatically excluded
from further consideration and scores between 21 and 49 may be the subject
of further checks and clarification. If this information is not available
from Dunn and Bradstreet for a particular Applicant, the Contracting
Authority will undertake alternative checks as appropriate to establish an
equivalent measure of that Applicant’s financial strength.
The Contracting Authority reserves the rights to undertake this
conformance check at various stages prior to the award of any contract
arising from this opportunity. In addition, the Contracting Authority
reserves the right to adjust these minimum standards in accordance with
the Public Contracts Regulations 2006 (as amended, ‘the Regulations’) and
to reject responses and/or tenders received from Applicants and/or
Relevant Companies who are unable to meet the above criteria at any time
prior to any award arising from this opportunity.
2) Business Insurance requirements — Insurance requirements are set out
within the Pre Qualification Documentation (PQQ).
The Contracting Authority reserves the right to adjust these evaluation
standards in accordance with the Regulations and to reject responses from
Applicants who are unable to meet (or are unable to commit to meet) the
above criteria if successful.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Applicants will be assessed in accordance with Part V of the Regulations,
on the basis of information provided in response to the pre-qualification
questionnaire (a copy of which can be obtained via the Supplying London
portal. Completed response to pre-qualification questionnaires must be
returned via the Supplying London portal (further details of which are
available at Section VI.3 of this Notice) before the deadline for receipt
of responses as notified in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
Applicants will be required to demonstrate that they will be able to
comply with the minimum requirements set out in the policies and
strategies of the Contracting Authority, as set out and provided to the
Applicant within the pre-qualification questionnaire; in respect of the
Applicants technical ability to deliver the Contracting Authority’s
requirements.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: The
Contracting Authority intends to invite to tender a minimum of 5 (five)
Applicants, on the basis of order of ranking Applicants at the
pre-qualification stage.
The objective criteria that will be used to rank Applicants are detailed
in the pre-qualification questionnaire (a copy of which can be obtained
via the Supplying London portal.)
The objective criteria are summarised as follows:
1) Financial profile — pass/fail,
2) Insurance requirements — pass/fail,
3) Governance and compliance — 39 %,
4) Capacity, capability and relevant experience — 61 %.
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
14.10.2014 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
31.10.2014
Section VI: Complementary information
VI.3) Additional information
Suppliers must read through this set of instructions and follow the
process to respond to this opportunity.
The information and/or documents for this opportunity are available via
www.upplyinglondon.com
You must register on this site to respond, if you are already registered
you will not need to register again, simply use your existing user-name
and password. Please note there is a password reminder link on the
homepage.
Suppliers must log in, go to your Response Manager and add the following
Access Code: 33Y33K6Y2Z
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 14.10.2014. Please ensure
that you allow yourself plenty of time when responding to this opportunity
prior to the closing date and time, especially if you have been asked to
upload documents.
If you experience any technical difficulties please contact the Supplying
London Help-desk on call +44 8452707050 or e-mail
[email protected].
The Contracting Authority reserves the right (acting in accordance with
the Regulations) to
— waive any requirements of this procurement process (to the extent
permitted by law),
— request additional information or clarificatory information from
Applicants in relation to any aspect of their response,
— disqualify any Applicant that does not submit a compliant response in
accordance with the Contracting Authority’s instructions (see also below),
— withdraw any part of or the whole of this procurement process at any
time or to re-invite responses on the same or any alternative basis,
— not award the whole of or a part of contract as a result of this
procurement process; or,
— make whatever changes it sees fit to the timetable, structure or content
of the procurement process for any reason.
Furthermore, the Contracting Authority reserves the right (acting in
accordance with the Regulations) to reject or disqualify an Applicant
where:
— a response is submitted late, is completed incorrectly, is incomplete or
fails to meet the Contracting Authority’s requirements which have been
notified to Applicants,
— the Applicant is unable to satisfy the terms of Part V of the the
Regulations at any stage during the procurement process,
— the Applicant is guilty of serious misrepresentation or fraud in
relation to its application and/or any aspect of this procurement process,
— there is a change in identity, control, financial standing or other
factor impacting on the ability and capacity of the Applicant to meet the
Contracting Authority’s requirements for any of the Works, supplies, or
services advertised; and/or,
— there is an actual or potential commercial, professional, financial or
other conflict of interest arising between the interests of the
Contracting Authority and the Applicant.
The Applicant is solely responsible for all their costs and expenses
incurred in connection with the preparation and submission of their
responses at all stages of the procurement process. Under no circumstances
will the Contracting Authority be liable for any costs or expenses borne
by or on behalf of any Applicant.
The ability to submit variant bids will be confirmed in the invitation to
tender documents.
Clarifications and queries in respect of this pre-qualification
questionnaire must be submitted in writing and via the Supplying London
portal only. Direct emails, telephone calls or correspondence with the
Contracting Authority will not be permitted during the procurement of this
opportunity
The Contracting Authority expects the Fit-Out works to be delivered in two
phases: pre- and post-Rugby World Cup 2015. The fit-out works contractor
is to be appointed in sufficient time to enable the mobilisation and
commencement on site at the Stadium within certain parts of the
Hospitality Areas (for example the wash-rooms and WC areas) in sufficient
time to enable the hosting of the 2015 London Grand Prix Weekend, National
Lottery Newham London Anniversary Run and the Rugby World Cup 2015 (which
together will be held at the Stadium between July and October 2015). After
the Rugby World Cup in November 2015, the Fit-Out Works Contractor will
return to complete the Fit-Out Works (thus the Fit-Out Works to the
Hospitality Areas will be completed in two phases, one either side of the
Rugby World Cup). The second and final phase of fit-out works is expected
to be completed in sufficient time to enable the hosting of the West Ham
United Football Club home games during the football season 2016/2017
Full details of the scope and time-scales for delivery of fit-out works
will be within the Invitation to Tender documentation. GO Reference:
GO-201494-PRO-5976813
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
London Legacy Development Corporation
Level Ten, 1 Stratford Place, Montfichet Road
E20 1EJ London
UNITED KINGDOM
Telephone: +44 2032881800
Body responsible for mediation procedures
London Legacy Development Corporation
Level Ten, 1 Stratford Place, Montfichet Road
E20 1EJ London
UNITED KINGDOM
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting
Authority will incorporate a mandatory 10 calendar day standstill periods
at the point information on the award of the contract is communicated to
tenderers. The Public Contracts Regulations 2009 (SI 2009 No. 2992)
provide for aggrieved parties who have been harmed or are at risk of harm
by a breach of the rules to take action in the High Court (England, Wales
and Northern Ireland). Where a contract has not been entered into, the
Court may order the setting aside of the award decision or order the
authority to amend any document and may award damages. If the contract has
been entered into the Court may award damages or declare the contract
ineffective. The purpose of the standstill period referred to above is to
allow parties to apply to the Courts to set aside the award decision
before the contract is entered into. The Contracting Authority would urge
aggrieved Tenderers to communicate any issues process by raising a
Clarification Question through the Supplying London Portal in the first
instance in case a solution can be found to avert time consuming actions
involving the Courts.
VI.5) Date of dispatch of this notice:
4.9.2014

Classification of the contract
45000000 Construction work
45210000 Building construction work
45211350 Multi-functional buildings construction work
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212100 Construction work of leisure facilities
45212170 Entertainment building construction work
45212200 Construction work for sports facilities
45212220 Multi-purpose sports facilities construction work
45212221 Construction work in connection with structures for sports ground
45212224 Stadium construction work

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button