Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Works - 492025-2020

16/10/2020    S202

United Kingdom-Stratford: Building completion work

2020/S 202-492025

Contract award notice

Results of the procurement procedure

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: London Legacy Development Corporation
Postal address: Level Ten, 1 Stratford Place, Montfichet Road
Town: Stratford
NUTS code: UKI41 Hackney and Newham
Postal code: E20 1EJ
Country: United Kingdom
E-mail: Procurement@LondonLegacy.co.uk
Telephone: +44 2032881000
Internet address(es):
Main address: www.queenelizabetholympicpark.co.uk
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: regeneration and development

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Stratford Waterfront Culture and Education Development — University of the Arts London — Fit-Out Works

Reference number: 0281
II.1.2)Main CPV code
45400000 Building completion work
II.1.3)Type of contract
Works
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 the fit-out works for the University of the Arts (UAL) building at the Stratford Waterfront Culture and Education Development at Queen Elizabeth Olympic Park (‘QEOP’). The works required include (without limitation) the design, supply, construction/installation and handover of the fit-out works, as more particularly described in the procurement documents.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 23 791 479.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
45000000 Construction work
45420000 Joinery and carpentry installation work
45410000 Plastering work
45430000 Floor and wall covering work
45440000 Painting and glazing work
45421152 Installation of partition walls
44221220 Fire doors
45421131 Installation of doors
45421146 Installation of suspended ceilings
45431100 Floor-tiling work
45432000 Floor-laying and covering, wall-covering and wall-papering work
45442100 Painting work
45214710 Entrance hall construction work
44111300 Ceramics
45332400 Sanitary fixture installation work
31524120 Ceiling lights
II.2.3)Place of performance
NUTS code: UKI41 Hackney and Newham
Main site or 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. The contract should be capable of acceptance without amendment but the five shortlisted tenderers will be invited to complete and submit the 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 the completed Contract Comments Schedule/s in accordance with the process detailed in the draft Invitation to Tender 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 scope qualifications if necessary.

3) The contracting authority will review any such qualifications 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
Price
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 procedure
Competitive 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
Notice number in the OJ S: 2019/S 112-274117
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

Contract No: 0281
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/09/2020
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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 contractor
Official name: Portview Fit-Out Ltd
National registration number: NI010862
Postal address: 46 Florenceville Avenue, Co. Antrim
Town: Belfast
NUTS code: UKN06 Belfast
Postal code: BT7 3GZ
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 23 791 479.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=533664844

Go reference: GO-20201012-PRO-17209113

VI.4)Procedures for review
VI.4.1)Review body
Official name: See VI.4.3
Town: See VI.4.3
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 days 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:
12/10/2020