Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: London Legacy Development Corporation
Postal address: 1 Stratford Place, Westfield Stratford City, Montfichet Road
Town: London
NUTS code:
UKI41 Hackney and NewhamPostal code: E20 1EJ
Country: United Kingdom
E-mail:
Procurement@LondonLegacy.co.ukTelephone: +44 2032881800
Internet address(es): Main address:
www.queenelizabetholympicpark.co.uk I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther activity: Regeneration and development
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Stratford Waterfront Culture and Education Development, UAL Curtain Walling
Reference number: Ref 0232
II.1.2)Main CPV code45441000 Glazing work
II.1.3)Type of contractWorks
II.1.4)Short description:
Curtain walling, aluminium windows and ancillary works for the University of Arts London (UAL), London College of Fashion building at the Stratford Waterfront, Culture and Education Development at Queen Elizabeth Olympic Park, Stratford. The works required include the design, manufacture, delivery and installation of curtain walling, aluminium windows and ancillary works for Levels 00-03 of the UAL building.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 4 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)45441000 Glazing work
44221000 Windows, doors and related items
II.2.3)Place of performanceNUTS code: UKI41 Hackney and Newham
Main site or place of performance:
II.2.4)Description of the procurement:
Curtain walling, aluminium windows and ancillary works for the University of Arts London (UAL), London College of Fashion building at the Stratford Waterfront, Culture and Education Development at Queen Elizabeth Olympic Park, Stratford. NEC3 Option A contract.
II.2.5)Award criteriaCost criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents. / Weighting: 0
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:04/12/2020
V.2.2)Information about tendersNumber of tenders received: 2
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Skonto Plan UK Ltd
National registration number: 06813720
Postal address: Suite 10, The Hop Exchange, 24 Southwark Street
Town: London
NUTS code: UKI4 Inner London – East
Postal code: SE1 1TY
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 4 000 000.00 GBP
Total value of the contract/lot: 3 246 727.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: See VI.4.3
Town: See VI.4.3
Postal code: See VI.4.3
Country: United Kingdom
VI.4.3)Review procedurePrecise 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:31/12/2020