London Legacy Development Corporation: Park Branding & Production Services

  London Legacy Development Corporation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Park Branding & Production Services
Notice type: Contract Notice
Authority: London Legacy Development Corporation
Nature of contract: Services
Procedure: Open
Short Description: The scope of services encompasses pre-production, production, and supply of various materials, including event signage, park wayfinding, hoarding panels, ad-hoc signage, and physical branded assets. Additionally, the contract will provide for signage and branding installation and decommissioning services for park assets, and the development and maintenance of signage and branding assets for the London Stadium. Project management responsibilities lie with the service provider. However, there are a number of Key Performance Indicators (KPIs) that the service provider will need to meet. We require a market that can provide Design and delivery for these services. Total Value £4,000,000, with £1,200,000 committed spend from the budget over four years. This will be treated as Task-order based contract, with initial value as £0. This contract will be let for the benefit of the GLA Group.
Published: 21/11/2024 19:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Graphic design services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Legacy Development Corporation
             5 Endeavour Square, London, E20 1JN, United Kingdom
             Tel. +44 74000000, Email: Procurement@londonlegacy.co.uk
             Main Address: https://www.queenelizabetholympicpark.co.uk/
             NUTS Code: UKI4
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Graphic-design-services./3R646GGA34
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Mayoral Development Corporation
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Park Branding & Production Services       
      Reference Number: PIP-221005-01
      II.1.2) Main CPV Code:
      79822500 - Graphic design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The scope of services encompasses pre-production, production, and supply of various materials, including event signage, park wayfinding, hoarding panels, ad-hoc signage, and physical branded assets.
Additionally, the contract will provide for signage and branding installation and decommissioning services for park assets, and the development and maintenance of signage and branding assets for the London Stadium. Project management responsibilities lie with the service provider. However, there are a number of Key Performance Indicators (KPIs) that the service provider will need to meet.
We require a market that can provide Design and delivery for these services. Total Value £4,000,000, with £1,200,000 committed spend from the budget over four years. This will be treated as Task-order based contract, with initial value as £0. This contract will be let for the benefit of the GLA Group.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79822500 - Graphic design services.
      
      II.2.3) Place of performance:
      UKI4 Inner London – East
      
      II.2.4) Description of procurement: The scope of services encompasses pre-production, production, and supply of various materials, including event signage, park wayfinding, hoarding panels, ad-hoc signage, and physical branded assets.
Additionally, the contract will provide for signage and branding installation and decommissioning services for park assets, and the development and maintenance of signage and branding assets for the London Stadium. Project management responsibilities lie with the service provider. However, there are a number of Key Performance Indicators (KPIs) that the service provider will need to meet.
We require a market that can provide Design and delivery for these services. Total Value £4,000,000, with £1,200,000 committed spend from the budget over four years. This will be treated as Task-order based contract, with initial value as £0. This contract will be let for the benefit of the GLA Group.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: Another Procurement will commence on year 3 of the contract
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The value stated is for 4 years (96 months) with £1,200,000 committed spend from the budget over four years (Excluding VAT) and £2,800,000 non-committed spend from sponsorships over four years (Excluding VAT). The contract will be let on Task order basis.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open Acclerated   
      Justification for the choice of accelerated procedure: 1 days as we will be using electronic portal for bids submission.   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2024/S 000 - 000001       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 19/12/2024 Time: 11:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 19/12/2024
         Time: 13:00
         Place:
         LLDC Offices
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Graphic-design-services./3R646GGA34

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3R646GGA34
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Legacy Development Corporation
       1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
       Tel. +44 740000000
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 21/11/2024

Annex A


View any Notice Addenda

View Award Notice