London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | LLDC Landscape and Public Realm Design Services Framework Agreement |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Restricted |
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 |
Published: | 05/03/2024 19:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Legacy Development Corporation (LLDC), United Kingdom
5 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 74000000, Email: FotisBountalis@londonlegacy.co.uk
Contact: Fotios Bountalis
Main Address: https://www.queenelizabetholympicpark.co.uk/, Address of the buyer profile: 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: Yes.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=827575692 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 Corporation
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: LLDC Landscape and Public Realm Design Services Framework Agreement
Reference Number: PIP-230227-01
II.1.2) Main CPV Code:
71400000 - Urban planning and landscape architectural services.
II.1.3) Type of contract: SERVICES
II.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
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
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).
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 – Strategy, Research and Studies:
Lot No: Lot -1
II.2.2) Additional CPV codes:
73000000 - Research and development services and related consultancy services.
73110000 - Research services.
71241000 - Feasibility study, advisory service, analysis.
79314000 - Feasibility study.
II.2.3) Place of performance:
UKI LONDON
UKI4 Inner London – East
II.2.4) Description of 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.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
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: Please read through the tender documents
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 – Design Services:
Lot No: Lot 2
II.2.2) Additional CPV codes:
71220000 - Architectural design services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
71421000 - Landscape gardening services.
II.2.3) Place of performance:
UKI LONDON
UKI4 Inner London – East
II.2.4) Description of 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.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
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: Please read through the tender docs
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:
As per Social Value, LLDC Priority Themes,.
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
special KPI/SLAs at the call-off stages
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.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
Envisaged maximum number of participants to the framework agreement: 5
The procurement involves the setting up of a dynamic purchasing system - 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/04/2024 Time: 11:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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
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 Yes
VI.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
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/78V9Y57BM3
VI.4) Procedures for review
VI.4.1) Review body:
London Legacy Development Corporation
5 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 0123578, Email: FotisBountalis@londonlegacy.co.uk
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: 05/03/2024
Annex A