Tender

LLDC Landscape and Public Realm Design Services Framework Agreement

  • London Legacy Development Corporation (LLDC)

F02: Contract notice

Notice identifier: 2024/S 000-007142

Procurement identifier (OCID): ocds-h6vhtk-0445e6

Published 6 March 2024, 10:05am



Section one: Contracting authority

one.1) Name and addresses

London Legacy Development Corporation (LLDC)

5 Endeavour Square

London

E20 1JN

Contact

Fotios Bountalis

Email

FotisBountalis@londonlegacy.co.uk

Telephone

+44 74000000

Country

United Kingdom

Region code

UKI4 - Inner London – East

National registration number

United Kingdom

Internet address(es)

Main address

https://www.queenelizabetholympicpark.co.uk/

Buyer's address

https://www.queenelizabetholympicpark.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=827575692

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=827575692

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Mayoral Corporation

one.5) Main activity

Other activity

Regeneration


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

LLDC Landscape and Public Realm Design Services Framework Agreement

Reference number

PIP-230227-01

two.1.2) Main CPV code

  • 71400000 - Urban planning and landscape architectural services

two.1.3) Type of contract

Services

two.1.4) Short description

London Legacy Development Corporation (LLDC), a Mayoral Development Corporation (MDC), is seeking to set up a framework agreement with consultant teams that will be able to undertake research, studies, and develop landscape and public realm designs for projects in the MDC area, including projects within the parklands and streets within Queen Elizabeth Olympic Park estate. This Framework Agreement will provide an opportunity for consultants to help the MDC work towards its goals of creating inclusive, innovative, inspiring, and sustainable public open spaces and neighbourhoods. Also the agreement is open to all GLA Mayoral Corporations (LLDC, OPDC, GLA Land & Property) to use as contracting authorities

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

In accordance with this Contract Notice LLDC reserves the right to award contracts to the five highest ranked suppliers per lot in line with the guidance issued in the Instructions to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 1 – Strategy, Research and Studies:

Lot No

Lot -1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 73110000 - Research services
  • 71241000 - Feasibility study, advisory service, analysis
  • 79314000 - Feasibility study

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKI4 - Inner London – East
Main site or place of performance

LONDON,Inner London – East

two.2.4) Description of the procurement

Consultants within the Lot will be tasked with producing the necessary information to enable LLDC to develop a strategy for future uses of existing public spaces, parkland and streets – particularly areas that need to stitch together neighbourhoods, LLDC developments and the Park. This may include commercial or academic research, analysis, and insights. LLDC is specifically seeking teams that will integrate well-considered and inclusive participation activities (i.e. experience/exploratory walks, working with our Youth Board ‘Elevate’ etc.) in stakeholder engagement to provide input to the development of strategy.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Please read through the tender documents

two.2) Description

two.2.1) Title

Lot 2 – Design Services:

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services
  • 71400000 - Urban planning and landscape architectural services
  • 71420000 - Landscape architectural services
  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKI4 - Inner London – East
Main site or place of performance

LONDON,Inner London – East

two.2.4) Description of the procurement

Consultants within the Lot will be tasked with producing design drawings and documentation according to the RIBA stage as set out for the specific project. These teams should be landscape-led and are expected to be flexible and multidisciplinary, responding to the specific project needs (Reference the LLDC Green Infrastructure Guide). The design process for each project should include a curated programme of engagement activities, appropriate to the scale of the project and its budget, which will drive high levels of participation and provide input to the developing design, including codesign and workshop activities.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Please read through the tender docs


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per Social Value, LLDC Priority Themes,.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

special KPI/SLAs at the call-off stages


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 April 2024

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the evaluation criteria set out in the procurement documentation.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Urban-planning-and-landscape-architectural-services./78V9Y57BM3" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Urban-planning-and-landscape-architectural-services./78V9Y57BM3

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/78V9Y57BM3" target="_blank">https://www.delta-esourcing.com/respond/78V9Y57BM3

GO Reference: GO-202435-PRO-25420781

six.4) Procedures for review

six.4.1) Review body

London Legacy Development Corporation

5 Endeavour Square

London

E20 1JN

Email

FotisBountalis@londonlegacy.co.uk

Telephone

+44 0123578

Country

United Kingdom