Section one: Contracting authority
one.1) Name and addresses
London Legacy Development Corporation (LLDC)
5 Endeavour Square
London
E20 1JN
Contact
Fotios Bountalis
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
FotisBountalis@londonlegacy.co.uk
Telephone
+44 0123578
Country
United Kingdom