← Back to opportunities

Engineering, Associated Services & Public Realm and Structures Surveys (E&S)

London Legacy Development Corporation

Buyer Contact Info

Buyer Name: London Legacy Development Corporation

Buyer Address: 05 Endeavour Square, Level 09, London, UKI41, E20 1JN, United Kingdom

Contact Name: Fotis Bountalis

Contact Email: Procurement@londonlegacy.co.uk

Contact Telephone: 070000000

Status
active
Procedure
open
Value
50000000.0 GBP
Gross: 60000000.0 GBP
Published
19 Jan 2026, 19:05
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
71000000 - Architectural, construction, engineering and inspection services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

As per the planned procurement notice (https://www.find-tender.service.gov.uk/Notice/076241-2025) released on 23 November 2025. 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 Participate please click here: https://www.delta-esourcing.com/respond/3SE75YC9G9 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=995413079

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.delta-esourcing.com/respond/3SE75YC9G9

Link Description: Please follow the link below to log in to Delta E-sourcing portal and get access to the tender box. The Documents within that box are explaining the submission process: https://www.delta-esourcing.com/respond/3SE75YC9G9

External Link: https://www.find-tender.service.gov.uk/Notice/004562-2026

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Lot 1 - Engineering & Associated Services

Lot 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 Lot 1 Status: active

Lot Lot 1 Value: GBP 35,000,000.00

Lot Lot 1 Value (Gross): GBP 42,000,000.00

Lot Lot 1 Contract Start: 2026-04-03T00:00:00+01:00

Lot Lot 1 Contract End: 2034-03-31T23:59:59+01:00

Lot Lot 1 SME Suitable: Yes

Lot Lot 1 Award Criterion (price): Rate Card (30%)

Lot Lot 1 Award Criterion (quality): Presentation (50%)

Lot Lot 1 Award Criterion (quality): Written Submission (SV & Sub-consultant management) (20%)

Lot Title: Public Realm and Structures Surveys

Lot 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 Lot 2 Status: active

Lot Lot 2 Value: GBP 15,000,000.00

Lot Lot 2 Value (Gross): GBP 18,000,000.00

Lot Lot 2 Contract Start: 2026-04-03T00:00:00+01:00

Lot Lot 2 Contract End: 2034-03-31T23:59:59+01:00

Lot Lot 2 SME Suitable: Yes

Lot Lot 2 Award Criterion (quality): Mock Survey methodology (70%)

Lot Lot 2 Award Criterion (price): Pricing for evaluation (30%)

Documents

Document Description: Not published

Document Description: Please follow the link below to log in to Delta E-sourcing portal and get access to the tender box. The Documents within that box are explaining the submission process: https://www.delta-esourcing.com/respond/3SE75YC9G9

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PRCL-4221-CWJR",
    "name": "London Legacy Development Corporation"
  },
  "date": "2026-01-19T19:05:13Z",
  "id": "004562-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-060953",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "E20 1JN",
        "region": "UKI41",
        "streetAddress": "05 Endeavour Square, Level 09"
      },
      "contactPoint": {
        "email": "Procurement@londonlegacy.co.uk",
        "name": "Fotis Bountalis",
        "telephone": "070000000"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PRCL-4221-CWJR",
      "identifier": {
        "id": "PRCL-4221-CWJR",
        "scheme": "GB-PPON"
      },
      "name": "London Legacy Development Corporation",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-04-02T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "As per the Framework agreement T\u0026Cs"
    },
    "description": "As per the planned procurement notice (https://www.find-tender.service.gov.uk/Notice/076241-2025) released on 23 November 2025.  The London Legacy Development Corporation (LLDC) intends to establish a new Engineering \u0026 Associated Services Framework to support the continued stewardship, regeneration and development of Queen Elizabeth Olympic Park (QEOP) and associated LLDC-managed assets.\nThis 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.\nThe 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.\nTo Participate please click here: https://www.delta-esourcing.com/respond/3SE75YC9G9\nTo view this notice, please click here: \nhttps://www.delta-esourcing.com/delta/viewNotice.html?noticeId=995413079",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Please follow the link below to log in to Delta E-sourcing portal and get access to the tender box. The Documents within that box are explaining the submission process:\nhttps://www.delta-esourcing.com/respond/3SE75YC9G9 ",
        "documentType": "biddingDocuments",
        "id": "L-1007587223",
        "url": "https://www.delta-esourcing.com/respond/3SE75YC9G9"
      },
      {
        "datePublished": "2026-01-19T19:05:13Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "004562-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/004562-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-03T11:00:00+00:00"
    },
    "expressionOfInterestDeadline": "2026-02-12T11:00:00+00:00",
    "id": "PIP-240820-04",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, engineering and planning services",
            "id": "71240000",
            "scheme": "CPV"
          },
          {
            "description": "Engineering services",
            "id": "71300000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI4"
          }
        ],
        "id": "Lot 1",
        "relatedLot": "Lot 1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Ground investigation work",
            "id": "45111250",
            "scheme": "CPV"
          },
          {
            "description": "Geophysical surveys of archaeological sites",
            "id": "71351720",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI4"
          }
        ],
        "id": "Lot 2",
        "relatedLot": "Lot 2"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "awardCriteriaDetails": "Different Lots. Lot 1 is aimed on Engineering consultants, while Lot 2 is aimed to surveyors",
      "maximumLotsAwardedPerSupplier": 1,
      "maximumLotsBidPerSupplier": 1
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Rate Card",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "name": "Presentation",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Written Submission (SV \u0026 Sub-consultant management)",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-03T00:00:00+01:00"
        },
        "description": "Consultants within the Lot will be tasked with providing the following services:\n\u2022Construction Project Design (equivalent to RIBA Stages 1-7), including project management, design and stakeholder liaison.\n\u2022Cost Management and Assurance for projects both managed directly by the client or third-party projects where the client has an interest\n\u2022Design Assurance both managed directly by the client or third-party projects where the client has an interest\n\u2022Low carbon design including lifecycle carbon assessments using an appropriate framework or standard where appropriate.\n\u2022Incorporating climate resilience and wider environmental sustainability criteria and quantify benefits or impact where appropriate.\n\u2022GIS and BIM Services\n\u2022Health \u0026 Safety (inc. CDM Regulations), including acting as Principal Designer for client projects\n\u2022Highways Engineering, including structures, with a focus on creating holistic \u0027Healthy Streets\u0027\n\u2022Highways Planning Advice\n\u2022Highways Technical Design Review\n\u2022Transport modelling and audit services\n\u2022Road 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\n\u2022Strategic utility assessment and design\n\u2022NEC3 and NEC4 Supervisor\n\u2022Project Management\n\u2022Transport Appraisal and Modelling\n\u2022Technical Advisory Services, including advising on client projects and advising on behalf of the client on third-party projects\n\u2022Technical input on third party applications",
        "id": "Lot 1",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 1 - Engineering \u0026 Associated Services",
        "value": {
          "amount": 35000000.0,
          "amountGross": 42000000.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Mock Survey methodology",
              "numbers": [
                {
                  "number": 70,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Pricing for evaluation",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-03T00:00:00+01:00"
        },
        "description": "Consultants within the Lot will be tasked with providing the following survey services, including associated reporting:\n\u2022Topographical Survey to GS 952 - LLDC estimated 6 per year, sub-lot to have 2/3 suppliers\n\u2022Underground utility mapping to PAS128 - LLDC estimated 6 per year, sub-lot to have 2/3 suppliers\n\u2022Bridge inspections including General and Principal Inspection to DMRB CS 450 - LLDC has approx. 30 structures, sub-lot to have 1 supplier\n\u2022Buildings/structures/architectural features (except bridges) condition surveys - LLDC estimates 2 per year, sub-lot to have 1 supplier",
        "id": "Lot 2",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Public Realm and Structures Surveys",
        "value": {
          "amount": 15000000.0,
          "amountGross": 18000000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "N/A",
        "id": "ocds-h6vhtk-060953",
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "features": "As per the Planned Procurement notice and the clarifications during that stage, the final process of the Competitive flexible procedure is: 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.\nStage 1 - Supplier Selection Questionnaire (SSQ)\nSuppliers 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:\nLot 1 - Engineering \u0026 Associated Services: Technical questions (Lot 1 tab).\nLot 2 - Public Realm and Structures Surveys: Technical questions (Lot 2 tab). This Lot is exclusively for survey specialists.\nDuring the SSQ clarification period, suppliers may raise queries on the draft framework documents.\nThe Authority will undertake a full technical evaluation at this stage; suppliers will not be required to repeat this evidence later in the process.\nShortlisting thresholds:\nLot 1: Top three ranked suppliers (with the option to include a Fourth, Fifth and Sixth if within 2% and scoring at least 60%).\nLot 2: Up to two suppliers per survey category (maximum ten).\nOnly shortlisted suppliers will proceed to Stage 2.\nStage 2 - Invitation to Tender (ITT)\nShortlisted 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.\nITT submissions will include:\nLot 1: Presentation of a case study, written responses (Sustainability and Sub-Contractor Governance), and day-rate pricing.\nLot 2: Mock survey methodology and a fixed-price submission for evaluation purposes.\nSuppliers may refine or update ITT materials prior to commencement of evaluation."
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "Please follow the link to get access to the tender box: \nhttps://www.delta-esourcing.com/respond/3SE75YC9G9",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "The Framework may be accessed by the London Legacy Development Corporation (LLDC) Group and any other contracting authority within the Greater London Authority (GLA) Group, including Mayoral Development Corporations, functional bodies, subsidiaries, joint ventures, East Bank Partners and MDC\u0027s local Boroughs, where such use supports estate, infrastructure, regeneration or development activities associated with QEOP or wider GLA programmes.",
        "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.\nFor Lot 1 (Engineering \u0026 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.\nAll 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).",
        "isOpenFrameworkScheme": true,
        "maximumParticipants": 15,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Engineering, Associated Services \u0026 Public Realm and Structures Surveys (E\u0026S)",
    "value": {
      "amount": 50000000.0,
      "amountGross": 60000000.0,
      "currency": "GBP"
    }
  }
}