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 |
View Full Notice
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