Tender

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

LONDON LEGACY DEVELOPMENT CORPORATION

This public procurement record has 1 release in its history.

Tender

19 Jan 2026 at 19:05

Summary of the contracting process

The London Legacy Development Corporation (LLDC) has initiated a public tender under the title "Engineering, Associated Services & Public Realm and Structures Surveys (E&S)" aimed at supporting the ongoing development and management of Queen Elizabeth Olympic Park and related assets. This procurement process, which falls under the services category, is managed through an open, competitive flexible procedure. It involves a two-stage process featuring a Supplier Selection Questionnaire followed by an Invitation to Tender. The procurement is designed to establish a new multi-lot framework, replacing the existing arrangement, and enabling access to a range of engineering and survey services. The expression of interest deadline for the tender is 12th February 2026, with the award scheduled to conclude by 2nd April 2026. The contracts commence on 3rd April 2026, and the framework will remain effective until 31st March 2034. Located in London, this initiative offers significant opportunities for involvement in the stewardship and enhancement of vital infrastructure.

This tender presents robust opportunities for growth for companies within the engineering and survey sectors, particularly those capable of delivering high-quality and sustainable solutions. Engineering consultants and businesses with expertise in public realm and structure surveys will find this tender advantageous as it is structured to allow participation from up to fifteen suppliers through a direct award or mini-competition mechanism, ensuring a broad competitive field and fair pricing. The procurement is particularly suitable for SMEs engaged in architectural, construction, engineering, inspection services, and survey specialists focusing on ground investigations and geophysical surveys. Stakeholders involved in project design, cost management, and technical advisory roles, along with those providing topographical and utility mapping services, are likely to benefit from this long-term framework which is aligned with the Greater London Authority's broader development programme goals.

How relevant is this notice?

Notice Information

Notice Title

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

Notice 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

Lot Information

Lot 1 - Engineering & Associated Services

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

Public Realm and Structures Surveys

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

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060953
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004562-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45111250 - Ground investigation work

71000000 - Architectural, construction, engineering and inspection services

71240000 - Architectural, engineering and planning services

71300000 - Engineering services

71351720 - Geophysical surveys of archaeological sites

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Jan 2026Today
Submission Deadline
3 Feb 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Apr 2026 - 31 Mar 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LONDON LEGACY DEVELOPMENT CORPORATION
Contact Name
Fotis Bountalis
Contact Email
procurement@londonlegacy.co.uk
Contact Phone
070000000

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London, TLI4 Inner London - East

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-060953-2026-01-19T19:05:13Z",
    "date": "2026-01-19T19:05:13Z",
    "ocid": "ocds-h6vhtk-060953",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PRCL-4221-CWJR",
            "name": "London Legacy Development Corporation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRCL-4221-CWJR"
            },
            "address": {
                "streetAddress": "05 Endeavour Square, Level 09",
                "locality": "London",
                "postalCode": "E20 1JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "name": "Fotis Bountalis",
                "email": "Procurement@londonlegacy.co.uk",
                "telephone": "070000000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRCL-4221-CWJR",
        "name": "London Legacy Development Corporation"
    },
    "tender": {
        "id": "PIP-240820-04",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Engineering, Associated Services & Public Realm and Structures Surveys (E&S)",
        "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",
        "status": "active",
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351720",
                        "description": "Geophysical surveys of archaeological sites"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "Lot 2"
            }
        ],
        "value": {
            "amountGross": 60000000,
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "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. 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 three ranked suppliers (with the option to include a Fourth, Fifth and 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."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-060953",
                "type": [
                    "win"
                ],
                "description": "N/A"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 15,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "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's 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. 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).",
                "openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00"
            }
        },
        "submissionMethodDetails": "Please follow the link to get access to the tender box: https://www.delta-esourcing.com/respond/3SE75YC9G9",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-02-12T11:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-02-03T11:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-02T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "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",
                "status": "active",
                "value": {
                    "amountGross": 42000000,
                    "amount": 35000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Rate Card",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Presentation",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Written Submission (SV & Sub-consultant management)",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-03T00:00:00+01:00",
                    "endDate": "2034-03-31T23:59:59+01:00"
                }
            },
            {
                "id": "Lot 2",
                "title": "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",
                "status": "active",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Mock Survey methodology",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Pricing for evaluation",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-03T00:00:00+01:00",
                    "endDate": "2034-03-31T23:59:59+01:00"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "Different Lots. Lot 1 is aimed on Engineering consultants, while Lot 2 is aimed to surveyors"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1007587223",
                "documentType": "biddingDocuments",
                "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",
                "url": "https://www.delta-esourcing.com/respond/3SE75YC9G9"
            },
            {
                "id": "004562-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004562-2026",
                "datePublished": "2026-01-19T19:05:13Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As per the Framework agreement T&Cs"
        }
    },
    "language": "en"
}