London Legacy Development Corporation: LLDC Landscape and Public Realm Design Services Framework Agreement

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Urban planning and landscape architectural services.
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


View any Notice Addenda

View Award Notice