By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

South Park Plaza Landscaping Works Main Contractor.

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
Contact point(s): Legal and Procurement
For the attention of: Simon Matthews
E20 1EJ London
UNITED KINGDOM
Telephone: +44 2032881800
E-mail:

Internet address(es):

General address of the contracting authority: www.londonlegacy.co.uk

Electronic access to information: www.procure4london.com

Electronic submission of tenders and requests to participate: www.procure4london.com

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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
South Park Plaza Landscaping Works Main Contractor.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Construction work. Works for complete or part construction and civil engineering work. Theme park construction work. Amusement park construction work. Construction work for art and cultural buildings. Construction work for buildings relating to exhibitions. Open-air market construction work. Engineering works and construction works. Construction work for bridges and tunnels, shafts and subways. Construction work for bridges. Bridge construction work. Footbridge construction work. Bridge renewal construction work. Irrigation piping construction work. Storm-water piping construction work. Drainage construction works. Drains construction work. Overpass construction work. Footpath construction work. Cycle path construction work. Pedestrian ways construction work. Pedestrian overpass construction work. Pedestrian zone construction work. River-wall construction. Promenade construction work. Boardwalk construction work. Construction work for dams, canals, irrigation channels and aqueducts. Construction work for waterways. Canal construction. Irrigation channel construction work. Drainage canal construction work. Architectural, construction, engineering and inspection services. Consultative engineering and construction services. Environmental impact assessment for construction. Environmental Impact Assessment (EIA) services for construction. Environmental monitoring for construction. Construction-related services. Construction supervision services. Construction consultancy services. Construction management services. Construction project management services. Landscaping work. Landscaping work for green areas. Landscaping work for parks. Landscaping work for gardens. Landscaping work for sports grounds and recreational areas. Landscaping work for playgrounds. Landscaping work for roads and motorways. This Notice is in respect of a contract for the detailed design and construction of the new South Park Plaza Landscaping.
The works will be commenced after the 2012 Olympic Games and Paralympic Games ('the Games'), in order to assist the Contracting Authority realise the long-term vision for the Queen Elizabeth Olympic Park ('the Park') and surrounding area following completion of the Games.
The contract may include some or all of the following: Construction work. Works for complete or part construction and civil engineering work. Theme park construction work. Amusement park construction work. Construction work for art and cultural buildings. Construction work for buildings relating to exhibitions. Open-air market construction work. Engineering works and construction works. Construction work for bridges and tunnels, shafts and subways. Construction work for bridges. Bridge construction work. Footbridge construction work. Bridge renewal construction work. Irrigation piping construction work. Storm-water piping construction work. Drainage construction works. Drains construction work. Overpass construction work. Footpath construction work. Cycle path construction work. Pedestrian ways construction work. Pedestrian overpass construction work. Pedestrian zone construction work. River-wall construction. Promenade construction work. Boardwalk construction work. Construction work for dams, canals, irrigation channels and aqueducts. Construction work for waterways. Canal construction. Irrigation channel construction work. Drainage canal construction work. Architectural, construction, engineering and inspection services. Consultative engineering and construction services. Environmental impact assessment for construction. Environmental Impact Assessment (EIA) services for construction. Environmental monitoring for construction. Construction-related services. Construction supervision services. Construction consultancy services. Construction management services. Construction project management services. Landscaping work. Landscaping work for green areas. Landscaping work for parks. Landscaping work for gardens. Landscaping work for sports grounds and recreational areas. Landscaping work for playgrounds. Landscaping work for roads and motorways.
Works for complete or part construction and civil engineering work. Construction work for hard and soft landscaping to the general areas on the southern half of the Park. It is presently envisaged that the works may include (but not be limited to) some or all of the following:
- Site preparation,
- Roads, paths and pavings,
- Tree Planting,
- Meadow planting,
- Turf laying,
- Fencing, railings and walls,
- Site/street furniture and equipment,
- Street lighting,
- External drainage,
- External services,
- Service diversions,
- Minor building works and ancillary buildings,
- Utilities,
- Water feature,
- Installation of new and supportive irrigation systems,
- Play equipment.
The scope may also include (but not be limited to) some or all of the:
- design,
- procurement,
- construction,
- testing,
- commissioning,
- certification and approval.
Of the landscaping works to the southern part of the Park.
Services to be provided in connection with the works may include, but are not limited to design and technical services relating to the contractor’s design / construction, and Construction (Design and Management) co-ordinator.
The Contract will include the adoption and development of the Contracting Authority’s tender design information and its development into detailed design for construction.
The scope of the works may also be extended to include other similar works as may be instructed by the Contracting Authority from time to time within other areas of the Park, or off-Park locations.
It is also presently envisaged that the scope will include the provision of design warranties and performance certification for those works and / or materials supplied that are designed and / or tested by the supplier.
Full details of the scope, the warranties required, and the novation agreement will be provided to those Applicants shortlisted to receive the ITT.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45200000, 45212120, 45212130, 45212300, 45212310, 45213142, 45220000, 45221000, 45221100, 45221110, 45221113, 45221119, 45232121, 45232130, 45232450, 45232453, 45233144, 45233161, 45233162, 45233260, 45233261, 45233262, 45246100, 45246500, 45246510, 45247000, 45247100, 45247110, 45247111, 45247112, 71000000, 71310000, 71313400, 71313440, 71313450, 71500000, 71520000, 71530000, 71540000, 71541000, 45112700, 45112710, 45112711, 45112712, 45112720, 45112723, 45112730

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.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Please see Section II.1.5 above and the pre-qualification questionnaire, a copy of which can be obtained from the Procure4London eTendering service (further details of which are set out in Section VI.3 of this OJEU Notice).
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (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 right to require deposits, guarantees, collateral warranties, 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 in the pre-qualification questionnaire and the subsequent invitation to tender documents, copies of which are and will be available from the Procure4London e-Tendering service (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 several liabilities irrespective of the legal form of the contracting entity.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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.procure4london.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.
Evaluation information required from Applicants will be stated in the Pre-Qualification Questionnaire (PQQ), which is available for download from the Procure4London eTendering service.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
Evaluation information required from Applicants will be stated in the Pre-Qualification Questionnaire (PQQ), which is available for download from the Procure4London eTendering service.
Minimum level(s) of standards possibly required: 1) Applicants interested in being selected to participate in competition for the Project must demonstrate the following:
a. A minimum annual turnover in each of the last 3 consecutive years of GBP 80 000 000 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 one of the parties must be no less than GBP 20 000 000 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 PCR 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) The Applicant must confirm the ability to provide the following insurances at the time of entering into any Contract with the Contracting Authority:
- Loss of or damage to plant and materials during:
I) transit within the UK by any means other than described above;
ii) transit outside the UK;
iii) off-site storage within the UK other than described above;
iv) off-site storage outside the UK;
v) off-site prefabrication outside the UK.
Minimum amount of cover or minimum limit of indemnity - the replacement cost.
- Loss of or damage to Equipment. Minimum amount of cover or minimum limit of indemnity - the replacement cost,
- Liability for negligent act, error or omission in the performance of the Contractor’s professional obligations under the Contract (professional indemnity insurance). Minimum amount of cover or minimum limit of indemnity - GBP 5 000 000 for each and every claim and in the annual aggregate with two reinstatements of limit annually and GBP 5 000 000 in the annual aggregate for claims arising out of pollution/contamination maintained for a period of 12 years following completion of the Works,
- Liability for death or bodily injury to employees of the Contractor arising out of and in the course of their employment in connection with this Contract (Employer’s Liability insurance). Minimum amount of cover or minimum limit of indemnity - The greater of the amount required by the applicable law and GBP 10 000 000 foray one event. This insurance should include an Indemnity to Principal clause and Waiver of Subrogation in favour of the Employer, the Project Manager,
- Third party liability in respect of all vehicles used on public highways, site access roads or in any circumstances requiring insurance under the Road Traffic Acts (Motor Vehicle). Minimum amount of cover or minimum limit of indemnity - As required by law,
- Other insurances required by statute (Other). Minimum amount of cover or minimum limit of indemnity - As required by law.
The Contracting Authority reserves the right to adjust these evaluation standards in accordance with the PCR and to reject responses from Applicants who are unable to meet the above criteria.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Bidders will be assessed in accordance with Part V of the Public Contracts Regulations 2006 (SI 2006/5) which implement Title 2 Chapter 7 Section 2 of the 2004/18/EC Directive on the basis of information provided in response to the pre qualification questionnaire (a copy of which can be obtained from the Procure4London e-Tendering Service). Completed responses to pre qualification questionnaires must be returned via the Procure4London eTendering Service (further details of which are available at section VI.3 of this Notice) before the deadline for receipt of responses as notified in the PQQ.
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 and as set out in the PQQ, in respect of the Applicants technical ability to deliver the Contracting Authorities requirements.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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: Full details of the shortlisting criteria in respect of this opportunity can be found within the PQQ, a copy of which can be downloaded from the Procure4London eTendering Service (further details on how to access can be found within section VI.3 of this Notice).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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.3.1)File reference number attributed by the contracting authority:
3635J5M7WK
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.7.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.7.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
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 on procure4london.com.
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 on https://www.procure4london.com/delta.You must register on this site to respond, if you are already registered you will not need to register again, simplyuse your existing username 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: 3635J5M7WK.Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 12:00 pm BST on Friday 6.7.2012. Please ensure thatyou allow yourself plenty of time when responding to this invite prior to the closing date and time, especially ifyou have been asked to upload documents.

If you experience any technical difficulties please contact the Procure4London Helpdesk by .

The Contracting Authority reserves the right to:
- waive any requirements of this procurement process (to the extent permitted by law),
- request additional information or clarificatory information from Bidders in relation to any aspect of theirresponse,
- disqualify any Bidder that does not submit a compliant response in accordance with the ContractingAuthority’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 thesame 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 anyreason.
Furthermore, the Contracting Authority reserves the right to reject or disqualify a bidder where:
- a response is submitted late, is completed incorrectly, is incomplete or fails to meet the ContractingAuthority’s requirements which have been notified to bidders,
- the Bidder is unable to satisfy the terms of Part V of the Public Contract Regulations 2006 (implementing Title2 Chapter 7 section 2 of the 2004/18/EC Directive) at any stage during the procurement process,
- the bidder is guilty of serious misrepresentation or fraud in relation to its application and/or any aspect of thisprocurement process,
- there is a change in identity, control, financial standing or other factor impacting on the procurement processand affecting the Bidder; and/or,
- there is an actual or potential commercial, professional, financial or other conflict of interest arising betweenthe interests of the Contracting Authority and the Bidder.
All Bidders are solely responsible for all their costs and expenses incurred in connection with the preparationand submission of their responses at all stages of the procurement process. Under no circumstances will theContracting Authority be liable for any costs or expenses borne by or on behalf of the Bidder.
Variant bids may be permissible as part of this procurement process provided they comply with the ContractingAuthority’s requirements for variant bids as set out in the invitation to tender documentation copies of which willbe available from the Procure4London e-Tendering Service. The ability to submit Variant bids will be confirmedinthe Invitation to Tender documents.
Clarifications and queries in respect of this PQQ must be submitted in writing and via the Procure4LondoneTendering Service only. Direct emails, telephone calls or correspondence with the Contracting Authority will notbe permitted during the procurement of this opportunity. GO Reference: GO-201266-PRO-3974973.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

London Legacy Development Corporation
Level Ten, 1 Stratford Place
E20 1EJ London
UNITED KINGDOM
E-mail:
Telephone: +44 2032881800
Internet address: www.londonlegacy.co.uk

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.6.2012