Tender for Architectural Metalwork Works – London
Architectural Metalwork Works for the BBC, UAL, Sadler’s Wells and V&A Buildings.
United Kingdom-London: Metalworking
2020/S 133-328039
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: United Kingdom
Postal address: Level 10, 1 Stratford Place, Westfield Stratford City, Montfichet Road, 1 Stratford Place, Montfichet Road
Town: London
NUTS code: UKI41 Hackney and Newham
Postal code: E20 1EJ
Country: United Kingdom
Contact person: Nicholas Barrett
E-mail: nicholasbarrett@LondonLegacy.co.uk
Telephone: +44 2032881488
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
East Bank, Stratford Waterfront Culture and Education Development – Architectural Metalwork Works for the BBC, UAL, Sadler’s Wells and V&A Buildings
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
It is the intention of the London Legacy Development Corporation (‘LLDC’) as the contracting authority to put in place a contract, with one contractor for architectural metalwork works for the BBC, UAL, Sadler’s Wells and V&A Buildings. The scope is bespoke architectural metalwork works. The contractor will undertake the RIBA Stages 5 and 6 design. More details on the scope will be available in the Works Information within the procurement documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hackney and Newham.
II.2.4)Description of the procurement:
See II.1.4) above in respect of scope of the Works and please note the following:
1) The form of contract will be the NEC3 (as amended) Option A. tenderers will be invited to complete and submit a contract comments schedule prior to submitting their initial tender. This will allow those tenderers to propose amendments without which they would be unwilling to submit an initial tender and/or which would significantly and adversely impact on the tenderer’s pricing proposal. The contracting authority will review all of the completed contract comments schedules in accordance with the process detailed in the draft ITT and may issue an updated version of the contract.
2) Tenderers will be invited to submit an initial tender and will be able to include proposed works information adjustments if necessary.
3) The contracting authority will review any such adjustments received and may decide on the basis of some or all of these to issue revised works information and invite final tenders.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates: following the supplier qualification stage, up to five applicants, who have scored the highest and who have met the required SQ technical threshold will receive an invitation to submit an initial tender. The objective criteria for SQ selection will be as detailed in the procurement documents. At initial tender stage, tenderers will be required to achieve a technical score of at least 65 % in order to proceed to the commercial evaluation stage. (Note that the technical threshold will be lowered as described in the procurement documents, to ensure that a minimum of two tenderers go through to the commercial evaluation stage). The basis of any contract award will then be lowest price. The contracting authority can award a contract at the end of the initial tender stage or at the end of the final tender stage, if revised works information has been issued.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers.
List and brief description of conditions:
As set out in the SQ pack, which forms part of the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
The successful applicant will be required to be aware of and support the LLDC’s environmental stability and socio-economic policies as detailed in the contract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.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. Applicants have unrestricted access to the selection questionnaire pack, which includes details of the scope, procurement process (including ITT and Initial and final tender award criteria), works and site information, and draft contract terms.
Open registration
If you already have a login to the London Legacy Development Corporation AWARD Website then you should: login to AWARD, select the ‘Open Registrations’ sub-tab, select the ‘Architectural Metalwork for BBC UAL SW V&A‘ project and confirm that you wish to be included in the tender.
Self-registration
Those applicants who do not have a login to the London Legacy Development Corporation AWARD should use the following URL to register their interest in the tender.
Further instructions for using the AWARD self-registration can be found in the AWARD procurement portal website Help pages.
Once you have completed the open or self registration you will be granted access to the architectural metalwork for BBC UAL SW V&A project.
The contracting authority is using the competitive procedure with negotiation as the contract cannot be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial makeup or because of risks attaching to them.
The contracting authority reserves the right to reject applicants or disqualify or revise the pre-qualification status of applicants who:
(a) provide information which is discovered to be untrue or incorrect;
(b) do not submit a tender in accordance with the contracting authority requirements; and/or
(c) fulfil one or more of the criteria in Regulation 57 of Public Contracts Regulations 2015.
At the start of the ITT process short-listed applicants will be asked to confirm there has been no change to their circumstances which would affect any of the application responses and impact their eligibility to participate in the procurement process.
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.
Shortlisted applicants shall be required to price their tender in pounds sterling. All communications will be conducted in English.
The contract period stated in Section II.2.7) is the indicative contract period based on the current programme.
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. In such circumstances, the contracting authority will not reimburse any expenses incurred by any person in the consideration of and/or response to this procurement nor is the contracting authority liable for any bid costs, loss of profit incurred by the Applicants in proceeding with or participating in this procurement, including if the procurement process is terminated or amended by the contracting authority.
The contracting authority does not bind itself to enter into any contract arising out of the procedure envisaged by this notice. 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=506031163
Go reference: GO-202078-PRO-16808484
VI.4.1)Review body
Postal address: 1 Stratford Place, Westfield Stratford City, Montfichet Road
Town: London
Postal code: E20 1EJ
Country: United Kingdom
VI.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 LLDC of an appeal.
VI.5)Date of dispatch of this notice: