Scope
Reference
PIP-240820-04
Description
The London Legacy Development Corporation (LLDC) intends to establish a new Engineering & Associated Services Framework to support the continued stewardship, regeneration and development of Queen Elizabeth Olympic Park (QEOP) and associated LLDC-managed assets.
This multi-lot framework will provide access to professional engineering, technical advisory, and specialist survey services required to maintain, enhance and future-proof critical infrastructure across the estate. The framework will enable LLDC and eligible GLA Group bodies to commission services ranging from civil, structural, highways, mechanical and electrical engineering, through to topographical, utilities, ground investigations and condition-based surveys.
The procurement will be structured to deliver a flexible and efficient route to market, allowing the Authority to draw down technical support for planned works, reactive needs and project-specific requirements. The framework will replace the existing DCRCS arrangement and will establish a refreshed, competitive supplier pool with the capability to deliver high-quality, safe, and sustainable engineering outcomes.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=995591884
Commercial tool
Establishes an open framework
Total value (estimated)
- £50,000,000 excluding VAT
- £60,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2034
- 8 years
Main procurement category
Services
Contract locations
- UKI - London
- UKI4 - Inner London - East
Lot constraints
Maximum number of lots a supplier can bid for: 1
Maximum number of lots a supplier can be awarded: 1
Description of how multiple lots may be awarded:
Different Lots. Lot 1 is aimed on Engineering consultants, while Lot 2 is aimed to surveyors
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Lot 1 - Engineering & Associated Services
Description
Consultants within the Lot will be tasked with providing the following services:
•Construction Project Design (equivalent to RIBA Stages 1-7), including project management, design and stakeholder liaison.
•Cost Management and Assurance for projects both managed directly by the client or third-party projects where the client has an interest
•Design Assurance both managed directly by the client or third-party projects where the client has an interest
•Low carbon design including lifecycle carbon assessments using an appropriate framework or standard where appropriate.
•Incorporating climate resilience and wider environmental sustainability criteria and quantify benefits or impact where appropriate.
•GIS and BIM Services
•Health & Safety (inc. CDM Regulations), including acting as Principal Designer for client projects
•Highways Engineering, including structures, with a focus on creating holistic 'Healthy Streets'
•Highways Planning Advice
•Highways Technical Design Review
•Transport modelling and audit services
•Road Safety Audit All stages to GG 119 2025 standards to support projects managed directly by the client or third-party projects where the client has an interest
•Strategic utility assessment and design
•NEC3 and NEC4 Supervisor
•Project Management
•Transport Appraisal and Modelling
•Technical Advisory Services, including advising on client projects and advising on behalf of the client on third-party projects
•Technical input on third party applications
Lot value (estimated)
- £35,000,000 excluding VAT
- £42,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71000000 - Architectural, construction, engineering and inspection services
- 71240000 - Architectural, engineering and planning services
- 71300000 - Engineering services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2 - Public Realm and Structures Surveys:
Description
Consultants within the Lot will be tasked with providing the following survey services, including associated reporting:
•Topographical Survey to GS 952 - LLDC estimated 6 per year, sub-lot to have 2/3 suppliers
•Underground utility mapping to PAS128 - LLDC estimated 6 per year, sub-lot to have 2/3 suppliers
•Bridge inspections including General and Principal Inspection to DMRB CS 450 - LLDC has approx. 30 structures, sub-lot to have 1 supplier
•Buildings/structures/architectural features (except bridges) condition surveys - LLDC estimates 2 per year, sub-lot to have 1 supplier
Lot value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 45111250 - Ground investigation work
- 71351720 - Geophysical surveys of archaeological sites
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
1 April 2034
Maximum number of suppliers
15
Maximum percentage fee charged to suppliers
0%
Further information about fees
n/a
Framework operation description
The Framework will operate as a multi-supplier agreement, enabling LLDC and eligible GLA Group bodies to commission engineering and specialist survey services through a combination of direct award, quick-quote, or mini-competition, proportionate to the nature and complexity of the requirement. Prices will be determined using the Framework Rate Cards submitted at tender stage, with further refinement or task-specific pricing carried out at call-off stage.
For Lot 1 (Engineering & Associated Services), call-offs will typically be awarded on the basis of capability, capacity, and alignment with project scope, with the Authority reserving the right to run mini-competitions where required. For Lot 2 (Survey Services), call-offs may be made directly to a suitable supplier within the relevant sub-lot or competed among the sub-lot suppliers where appropriate.
All call-off procedures, pricing methods and supplier selection rules will follow the Flexible Procedure mechanisms established under the Procurement Act 2023, ensuring transparency, fairness, and value for money. Full details of the call-off process will be confirmed in the Invitation to Tender (ITT).
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Contracting authorities that may use the framework:
The Framework may be accessed by the London Legacy Development Corporation (LLDC) and any other contracting authority within the Greater London Authority (GLA) Group, including Mayoral Development Corporations, functional bodies, subsidiaries, joint ventures and London Boroughs, where such use supports estate, infrastructure, regeneration or development activities associated with QEOP or wider GLA programmes.
Participation
Particular suitability
Lot 1. Lot 1 - Engineering & Associated Services
Lot 2. Lot 2 - Public Realm and Structures Surveys:
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
12 January 2026
Enquiry deadline
30 January 2026, 11:00am
Submission type
Tenders
Deadline for requests to participate
30 January 2026, 11:00am
Submission address and any special instructions
Tender SSQ stage - To be confirmed
But A Delta portal space is created for audit consistency only. Suppliers may raise high-level questions which will be logged, but no competitive process has begun https://www.delta-esourcing.com/respond/7M68V8GCD7
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
24 March 2026
Award criteria
Lot 1. Lot 1 - Engineering & Associated Services
| Name | Type | Weighting |
|---|---|---|
| Rate Card | Price | 40% |
| Presentation | Quality | 40% |
| Written Submission (SV & Sub-consultant management) | Quality | 20% |
Lot 2. Lot 2 - Public Realm and Structures Surveys:
| Name | Type | Weighting |
|---|---|---|
| Mock Survey methodology | Quality | 50% |
| Pricing for evaluation | Price | 40% |
| Written SV submission | Quality | 10% |
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Authority will run a two-stage competitive procedure comprising a Supplier Selection Questionnaire (SSQ) followed by an Invitation to Tender (ITT) for shortlisted bidders.
Stage 1 - Supplier Selection Questionnaire (SSQ)
Suppliers will submit their SSQ response, including all required technical evidence (ITT Submissions) for their chosen Lot. All technical quality will be assessed at this stage, with suppliers submitting:
Lot 1 - Engineering & Associated Services: Technical questions (Lot 1 tab).
Lot 2 - Public Realm and Structures Surveys: Technical questions (Lot 2 tab). This Lot is exclusively for survey specialists.
During the SSQ clarification period, suppliers may raise queries on the draft framework documents.
The Authority will undertake a full technical evaluation at this stage; suppliers will not be required to repeat this evidence later in the process.
Shortlisting thresholds:
Lot 1: Top five ranked suppliers (with the option to include a sixth if within 2% and scoring at least 60%).
Lot 2: Up to two suppliers per survey category (maximum ten).
Only shortlisted suppliers will proceed to Stage 2.
Stage 2 - Invitation to Tender (ITT)
Shortlisted bidders will be invited to the ITT, which will focus on methodology clarification and commercial assessment. No SSQ evidence will be resubmitted; the ITT will solely build on the defined scenarios.
ITT submissions will include:
Lot 1: Presentation of a case study, written responses (Sustainability and Sub-Contractor Governance), and day-rate pricing.
Lot 2: Mock survey methodology and a fixed-price submission for evaluation purposes.
Suppliers may refine or update ITT materials prior to commencement of evaluation.
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Contracting authority
London Legacy Development Corporation
- Public Procurement Organisation Number: PRCL-4221-CWJR
05 Endeavour Square, Level 09
London
E20 1JN
United Kingdom
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - sub-central government