Park Ops and Venues — Project Life Cycle Asset Replacement and Refurbishment Term Contracts

Award

Value

£19,000,000

Classifications

  • Construction work
  • Engineering design services for mechanical and electrical installations for buildings
  • Mechanical and electrical engineering services
  • Electrical machinery, apparatus, equipment and consumables; lighting
  • Lighting systems
  • Installation of road lighting equipment
  • Street-lighting maintenance services
  • Commissioning of public lighting installations
  • Artificial and natural lighting engineering services for buildings
  • Emergency power systems
  • Emergency power supplies
  • Construction work for electricity power lines
  • Ancillary works for electricity power lines
  • Construction works for power plants and heating plants
  • Electrical power systems design services
  • Emergency lighting equipment
  • Emergency electricity equipment
  • Emergency shutdown systems
  • Construction work for buildings relating to emergency services
  • Emergency-services building construction work
  • Alarm system and antenna installation work
  • Fire-alarm system installation work
  • Burglar-alarm system installation work
  • Heating, ventilation and air-conditioning installation work
  • Ventilation and air-conditioning installation work
  • Ventilation installation work
  • Inspection of ventilation system
  • Ventilation consultancy services
  • Irrigation works
  • Irrigation piping construction work
  • Water heaters and heating for buildings; plumbing equipment
  • Plumbing and sanitary works
  • Plumbing and drain-laying work
  • Water plumbing work
  • Plumbing consultancy services
  • Pumping station construction work
  • Wastewater pumping station
  • Dredging and pumping works for water treatment plant installations
  • Electrical installation work of pumping equipment
  • Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • Repair and maintenance services of pumps, valves, taps and metal containers
  • Repair and maintenance services of pumps
  • Repair and maintenance services of gas pumps
  • Repair and maintenance services of valves
  • Boiler installations
  • Boiler installation work
  • Repair and maintenance services of boilers
  • Tanks, reservoirs and containers; central-heating radiators and boilers
  • Heating-plant repair and maintenance work
  • Electrical installation work of heating and other electrical building-equipment
  • Central-heating installation work
  • Repair and maintenance services of central heating
  • Commissioning of heating installations
  • Heating engineering services for buildings
  • Heating-system design services
  • Public address systems
  • Lifts
  • Goods lifts
  • Mechanical lifts
  • Lift and escalator installation work
  • Lift installation work
  • Lift-maintenance services
  • Lightning-protection equipment
  • Lightning-protection works
  • Lightning-conductor installation work
  • Closed circuit television services
  • Closed-circuit television cameras
  • Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • Construction work for commercial buildings
  • Car park building construction work
  • Service-area building construction work
  • Refurbishment of run-down buildings
  • Building alteration work
  • Building extension work
  • Building installation work
  • Building completion work
  • Painting work of buildings
  • Other building completion work
  • Exterior cleaning work for buildings
  • Blast cleaning work for building exteriors
  • Repair and maintenance services of building installations
  • Repair and maintenance services of electrical and mechanical building installations
  • Repair and maintenance services of electrical building installations
  • Repair and maintenance services of mechanical building installations
  • Supervision of building work
  • Building-fabric consultancy services
  • Building consultancy services
  • Building services consultancy services
  • Building surveying services
  • Building-inspection services
  • Technical building-inspection services
  • Roof works and other special trade construction works
  • Erection and related works of roof frames and coverings
  • Roof-covering and roof-painting work
  • Roof-covering work
  • Roof-tiling work
  • Roof-slating work
  • Metal roof-covering work
  • Bituminous roof-covering work
  • Solar panel roof-covering work
  • Roof-painting and other coating work
  • Roof-painting work
  • Cement roof-coating work
  • Roof insulation work
  • Roof repair and maintenance work
  • Roof repair
  • Roof maintenance work
  • Special trade construction works other than roof works
  • Roller-type shutters
  • Shutters
  • Installation of shutters
  • Windows, doors and related items
  • Installation of doors and windows and related components
  • Installation of door and window frames
  • Installation of door frames
  • Installation of doors and windows
  • Installation of doors
  • Installation of metal joinery except doors and windows
  • Windows
  • Window frames
  • Installation of window frames
  • Installation of windows
  • Painting and glazing work
  • Glazing work
  • Cladding
  • Cladding works
  • Masonry and bricklaying work
  • Bricklaying work
  • Facing brickwork
  • Insulated cable joints
  • Artificial joints
  • Universal joints
  • Pipe joints
  • Insulated joints
  • Decoration work
  • Interior decorating services
  • Paints, varnishes and mastics
  • Road paint
  • Road-surface painting work
  • Parking-lot-surface painting work
  • Painting work
  • Painting and protective-coating work of structures
  • Painting work of structures
  • Repainting work
  • Partitions
  • Partition walls
  • Installation of partitioning
  • Installation of partition walls
  • Supporting walls
  • Floor and wall covering work
  • Wall-tiling work
  • Floor-laying and covering, wall-covering and wall-papering work
  • Wall-covering and wall-papering work
  • Builders' joinery
  • Joinery and carpentry installation work
  • Non-metal joinery installation work
  • Ironmongery
  • Ironmongery work
  • Sealants
  • Installation of suspended ceilings
  • Works for complete or part construction and civil engineering work
  • Engineering design services for the construction of civil engineering works
  • Road-surfacing materials
  • Carriageway resurfacing works
  • Surfacing work except for roads
  • Resurfacing works
  • Kerbstones
  • Road-marking equipment
  • Road markings
  • Illuminated signs and nameplates
  • Permanent message signs
  • Signage
  • Signs and illuminated signs
  • Illuminated traffic signs
  • Road signs
  • Street signs
  • Signs and related items
  • Installation of road signs
  • Installation of illuminated road signs
  • Installation of street furniture
  • Drainage equipment
  • Drainage pipes
  • Drainage system
  • Ground-drainage work
  • Drainage construction works
  • Drainage and surface works
  • Drainage works
  • Drainage canal construction work
  • Surface water pollution drainage services
  • Groundwater pollution drainage services
  • Public utilities
  • Fencing components
  • Safety fencing
  • Fencing, railing and safety equipment installation work
  • Erection of fencing
  • Landscaping work
  • Landscaping work for green areas
  • Landscaping work for parks
  • Landscaping work for roof gardens
  • Landscaping work for roads and motorways
  • Construction, foundation and surface works for highways, roads
  • Construction work for highways, roads
  • Road construction works
  • Roadworks
  • Road-maintenance works
  • Road-repair works
  • Surface work for roads
  • Road-inspection services

Tags

  • award
  • contract

Published

4 years ago

Description

Term service contracts for the project life-cycle asset replacement, refurbishment and general works to cover all of the LLDC’s estate including the Queen Elizabeth Olympic Park (QEOP) and venues including the London Aquatics Centre, Copper Box Arena, Arcelor Mittal Orbit, London Stadium, Three Mills Studios, Pudding Mill, Stadium ‘E20 Stadium’ and ‘LS185’ and the venues within and all of the LLDC off-park properties property portfolio and off park development platforms at Hackney Wick, Rick Roberts Way, Three Mills and Pudding Mill. The scope of these works can be summarised as:
Lot 1: M&E (internal and external works);
Lot 2: Building Fabric (internal and external works);
Lot 3: Civils (external works).
The works are due to be carried from April 2021 onwards.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Witham Town Council Christmas Lights

1. INTRODUCTION Witham Town Council invites tenders for the supply, installation, removal, and storage of Christmas lights for a five-year period, with a total contract value not exceeding £65,000. The successful contractor will provide a complete service to ensure the town's festive lighting is installed in time for the Christmas Market (22nd November 2025), maintained during the season, removed in January, and stored securely for the following year. 2. CONTRACT OVERVIEW Contract Duration: 5 years (starting in November 2025) Total Budget: £65,000 (inclusive of all costs and expenses, excluding VAT) Locations: Various sites throughout Witham town centre (see attachment) Key Dates: Installation to be completed by the second from last Saturday in November each year but not before Remembrance Sunday Removal and storage to take place in the first or second week of January 3. SPECIFICATION OF REQUIREMENTS The successful contractor will be required to: Supply (lease), fit, install, remove, and securely store all festive lighting displays listed below for the contract period Provide two remote controls for operation of the lighting scheme Fit wi-fi receivers to all relevant items and supply a pre-programmed wi-fi transmitter Test and certify all electrical and mounting infrastructure, including catenary wire wall brackets Attend site for installation, removal, and any necessary maintenance or emergency call-outs Ensure all lighting is operational for the Christmas Market and throughout the festive period Remove and store all lighting in January each year Lighting Requirements: At least 3 x 10-metre lines of twinkling lights (or similar) on the Town Hall building 1 x 14-metre cross-street light display across Newland Street (between buildings 55 and 64), including testing and certifying 4 wall brackets for the catenary wire 16 lamp column displays, each a minimum of 2 metres high Lighting incorporated into the live tree outside 70 Newland Street (Prezzo) At least 3,000 mini LED lights for the Christmas tree opposite the Town Hall Wi-fi receivers on all above items and a pre-programmed wi-fi transmitter Removal and storage of all lights during the contract period Additional Information: The Christmas tree is typically 20-25 ft high and is installed opposite the Town Hall The live tree currently has 7 x 50cm spheres and 1,000 mini LEDs The contractor shall at all times comply with the requirements of all relevant Health and Safety legislation and all associated Acts, Regulations and Approved Codes of Practice relating to provisions of Christmas lighting installation and display. Under this project, the contractor is expected to pay its workers at least the Living Wage rate. The lights must be maintained during the period they are on display. A scheduled inspection of the display is required to ensure that everything is functioning correctly and to attend to any minor faults. In addition, a call out response of no more than 24 hours is required for major faults including, but not limited to, complete failure of light string, Christmas tree light failure, damage caused through vandalism, storms or road traffic accidents. All other faults require a 48 hour response time. If there is a charge for call outs, this must be stated. The Contractor will also provide an out of hour's telephone number for contact during emergencies. 4. TENDER SUBMISSION REQUIREMENTS Tenderers must submit: A fully costed proposal covering all aspects of the contract for the five-year period A suggested lighting design plan for the scheme Technical specification of all lighting and control equipment Risk and Method Statements will be required covering all elements of the works. Details of call-out and emergency procedures Evidence of public liability insurance (£10 million minimum) Evidence of employer's liability insurance (£10 million minimum) Professional Indemnity Insurance = £ 5,000,000 Information on key personnel involved in the contract Details of similar projects completed in the last 12 months, with references Confirmation that all costs are included and accurate (unlisted costs will be deemed free of charge) Confirmation of site visits (if required) A statement of acceptance that the tender will remain open for up to six weeks from the closing date Date of return for the tender: All tenders must be returned by midday 1st August 2025 Specified payment terms: The Town Council's standard payment terms are 30 days in arrears, in line with the Procurement Act 2023 prompt payment requirements. Contract terms: The contract will include clauses for termination, key performance indicators (KPIs), and compliance with the Modern Slavery Act 2015. Exclusion grounds: Bidders must confirm they are not subject to any mandatory or discretionary exclusion grounds, including convictions for fraud, corruption, bribery, tax evasion, or offences under the Modern Slavery Act 2015. 5. PROCUREMENT TIMETABLE Bid issued 2nd July 2025 Deadline for receipt of bid queries 23rd July 2025 (queries to be sent to [email protected] marked Christmas Light Tender 2025) Deadline to respond to bid queries 28th July 2025 Bid return date 1st August 2025 (midday) Assessment Summaries sent 15th August 2025 Contract Award Notice published 15th August 2025 Standstill Period ends 26th August 2025 Contract Signing 27th August 2025 Christmas Light Switch On 22nd November 2025 6. EVALUATION CRITERIA Tenders will be evaluated on: Most Advantageous Tender (MAT) criteria, including quality, social value, and sustainability Design and quality of the proposed scheme (40%) Bidders' submission meeting the specific brief requirements Delivery of project - Programme of Work Design & Specification Assurance that the works can be completed within the given timescales Cost (40%) The Town Council do not need to accept the lowest bid, and will select the preferred provider based on value for money Sustainability (20%) Please outline any commitments your company have made to reduce your carbon footprint or other ways in which it considers its environmental impact Supplementary information, such as scoring criteria and evaluation methodology, will be made available to all bidders. 7. ADDITIONAL NOTES The council does not bind itself to accept the lowest or any tender Incomplete or non-specific submissions may be rejected A formal contract will be signed with the successful supplier 8. SUBMISSION INSTRUCTIONS All supporting documentation must be included Tenders should be submitted electronically to: [email protected] and marked "Christmas Lights 2025 Tender" in the subject line. Alternatively, tenders may be posted to Witham Town Council, Town Hall, 61 Newland Street, Witham, Essex, CM8 2FE. The envelope shall be marked Christmas Lights 2025 Tender and shall not otherwise be marked or contain information that could identify the tendering organisation. All companies submitting a tender will be notified by email of the respective decision within 6 weeks of the evaluation date. In accordance with Government Regulations, the total value of the successful tender will be published in due course. All tenders submitted electronically shall be in PDF format. 9. SUFFICIENCY AND ACCURACY OF BIDS Bidders will be deemed to have examined all the documents enclosed and by their own independent observations and enquiries will be held to have fully informed themselves as to all matters relating to the scope of the work to be carried out in their resulting bid submission. Bidders are reminded to check the accuracy of their Bid prior to submission thereof. If The Town Council suspects that there has been an error in the pricing of the Form of Bid and/or Schedule of Prices, the Council reserves the right to seek such clarification as it considers necessary for the Bidder only. The Town Council reserves the right to disqualify incomplete Bids or Bids that have not followed these Instructions to Bid. 10. INCURRED EXPENSES The Town Council shall not be responsible for, or pay any losses or expenses which may be incurred by the Bidder in the preparation and submission of their Bid, including (but not limited to) the attendance at any pre or post-tender meetings, due diligence meetings, the delivery of any presentations by the Bidder to The Town Council in relation to their proposal, site visits or other negotiations. The Town Council will not accept claims for additional charges relating to the work delivered by the Bidder or the Contractor after acceptance of the Bid if, in the reasonable opinion of the Council, such additional charges should have been established by proper inspection of the Bid Documentation prior to bidding. 11. PUBLICITY No publicity regarding the services or the award of any contract will be permitted unless. 12. TRANSPARENCY AND CONFIDENTIALITY As a public body, The Town Council is subject to the provisions of the Freedom of Information Act 2000 ("FOIA") and Environmental Information Regulations 2004 ("EIR") in respect of the information it holds (including third-party information). Any member of the public or other interested party may make a request for information. The Council shall treat all Bidders' responses as confidential during the procurement process. Requests for information received following the procurement process shall be considered on a case-by-case basis, applying the principles of the FOIA or the EIR. While The Town Council aims to consult with third-party providers of information before it is disclosed, it cannot guarantee that this will be done. Bidders should be aware that, in compliance with its transparency obligations, The Town Council routinely publishes details of its contract(s), including the contract values and the identities of its suppliers on its website. 13. PAYMENT The Town Council's standard payment terms are 30 days in arrears.

Katy Reed

Published 7 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete