Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Design and Construction Related Consultancy Services

  • First published: 24 July 2021
  • Last modified: 24 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
London Legacy Development Corporation
Authority ID:
AA20923
Publication date:
24 July 2021
Deadline date:
23 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

See II.1.4 above in respect of the scope of services.

This procurement is a Restricted Procedure being conducted under the Public Contracts Regulations 2015.

The form of contract will be a single supplier professional services framework agreement based on the NEC3 Professional Services Contract (PSC) and as amended to reflect the Contracting Authority's framework specific requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Legacy Development Corporation

1 Stratford Place, Westfield Stratford City, Montfichet Road

London

E20 1EJ

UK

Telephone: +44 2032888857

E-mail: procurement@londonlegacy.co.uk

NUTS: UKI

Internet address(es)

Main address: www.queenelizabetholympicpark.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./2PFS6NS637


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Development and regeneration

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Design and Construction Related Consultancy Services

Reference number: 0274

II.1.2) Main CPV code

71530000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The London Legacy Development Corporation ('LLDC') as the Contracting Authority is intending to put in place a framework agreement for a single supplier to provide the following services:

• Cost Management and Assurance

• Construction Project Design (RIBA Stages 1-6)

• Design Assurance

• Environmental Sustainability

• GIS and BIM Services

• Health & Safety (inc. CDM Regulations)

• Highways Engineering

• Highways Planning Advice

• Highways Technical Design Review

• NEC3 and NEC4 Supervisor

• Project Management

• Pedestrian and Highways Modelling

• Surveys including but not limited to buildings, topographical, utilities, geotechnical and structural

• Technical Advisory Services

The framework agreement will be available for use by the following parties:

- E20 Stadium LLP

- London Legacy Development Corporation

- London Stadium 185 Limited

Further details can be found within the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71530000

71315200

71317210

71351200

71541000

72224000

71510000

71521000

71520000

79415200

71311000

71311200

71311220

71311300

71313000

71315100

71540000

71500000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

See II.1.4 above in respect of the scope of services.

This procurement is a Restricted Procedure being conducted under the Public Contracts Regulations 2015.

The form of contract will be a single supplier professional services framework agreement based on the NEC3 Professional Services Contract (PSC) and as amended to reflect the Contracting Authority's framework specific requirements.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

Provided there is a sufficient number of suitably qualified applicants, the Contracting Authority shall invite four applicants who have scored the highest and who have met the required SQ technical threshold to the Invitation to Tender stage. The objective criteria for SQ selection will be as detailed in the procurement documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

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 set out in the SQ pack, which forms part of the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-015294

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

Date: 23/08/2021

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/09/2021

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

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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.

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./2PFS6NS637

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/2PFS6NS637

GO Reference: GO-2021723-PRO-18618281

VI.4) Procedures for review

VI.4.1) Review body

See V1.4.3

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. The LLDC will incorporate a minimum 10 calendar day standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any contract pursuant to this notice. In the first instance, potentially aggrieved economic operators should notify the LLDC of an appeal.

VI.5) Date of dispatch of this notice

23/07/2021

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
71315100 Building-fabric consultancy services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
79415200 Design consultancy services Production management consultancy services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71351200 Geological and geophysical consultancy services Geological, geophysical and other scientific prospecting services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71311220 Highways engineering services Civil engineering consultancy services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
71510000 Site-investigation services Construction-related services
71311200 Transport systems consultancy services Civil engineering consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@londonlegacy.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.