High Road West: High Road West regeneration area - appointment of a development partner for a residential led, mixed used development

  High Road West is using Delta eSourcing to run this tender exercise

Notice Summary
Title: High Road West regeneration area - appointment of a development partner for a residential led, mixed used development
Notice type: Contract Notice
Authority: High Road West
Nature of contract: Works
Procedure: Competitive Dialogue
Short Description: Haringey Council ("HC") is seeking to procure a development partner to deliver a regeneration scheme in the High Road West regeneration area (“HRW Area”) in North Tottenham. HC is seeking to enter into a development agreement with a partner who will establish a lead role in delivering regeneration and growth across the c.11 hectare HRW Area. The selected partner will need to share in HC's robust objectives for the HRW Area, building on the vision set out in the 2014 High Road West Masterplan Framework, the Tottenham Area Action Plan, the Strategic Regeneration Framework and the Corporate Plan. HC intends to secure and transfer land for the HRW Area on a phased basis once conditions precedent have been satisfied and vacant possession is achieved. Together, HC and the partner will harness the HRW Area’s potential to become a more balanced and prosperous area and an important part of the future of London.
Published: 31/05/2016 16:42
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: Real estate services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Mayor and Burgesses of the London Borough of Haringey
             Civic Centre, High Road, Wood Green, London, N22 8LE, United Kingdom
             Email: tottenhamregeneration@haringey.gov.uk
             Contact: Tottenham Regeneration Team
             Main Address: www.haringey.gov.uk
             NUTS Code: UKI12
      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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./8C2SDJ7NE6
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: High Road West regeneration area - appointment of a development partner for a residential led, mixed used development       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      70000000 - Real estate services.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Haringey Council ("HC") is seeking to procure a development partner to deliver a regeneration scheme in the High Road West regeneration area (“HRW Area”) in North Tottenham. HC is seeking to enter into a development agreement with a partner who will establish a lead role in delivering regeneration and growth across the c.11 hectare HRW Area. The selected partner will need to share in HC's robust objectives for the HRW Area, building on the vision set out in the 2014 High Road West Masterplan Framework, the Tottenham Area Action Plan, the Strategic Regeneration Framework and the Corporate Plan. HC intends to secure and transfer land for the HRW Area on a phased basis once conditions precedent have been satisfied and vacant possession is achieved. Together, HC and the partner will harness the HRW Area’s potential to become a more balanced and prosperous area and an important part of the future of London.       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      70331000 - Residential property services.
      70332000 - Non-residential property services.
      70332200 - Commercial property management services.
      66000000 - Financial and insurance services.
      66100000 - Banking and investment services.
      45213252 - Workshops construction work.
      45213110 - Shop buildings construction work.
      45213111 - Shopping centre construction work.
      45212420 - Construction work for restaurants and similar facilities.
      45212421 - Restaurant construction work.
      45211340 - Multi-dwelling buildings construction work.
      45211341 - Flats construction work.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45212100 - Construction work of leisure facilities.
      45212330 - Library construction work.
      45212331 - Multimedia library construction work.
      45214000 - Construction work for buildings relating to education and research.
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71240000 - Architectural, engineering and planning services.
      71242000 - Project and design preparation, estimation of costs.
      71245000 - Approval plans, working drawings and specifications.
      71246000 - Determining and listing of quantities in construction.
      71247000 - Supervision of building work.
      71248000 - Supervision of project and documentation.
      71300000 - Engineering services.
      71310000 - Consultative engineering and construction services.
      71311000 - Civil engineering consultancy services.
      71311100 - Civil engineering support services.
      71311210 - Highways consultancy services.
      71311220 - Highways engineering services.
      71311300 - Infrastructure works consultancy services.
      71313400 - Environmental impact assessment for construction.
      71313440 - Environmental Impact Assessment (EIA) services for construction.
      71314000 - Energy and related services.
      71400000 - Urban planning and landscape architectural services.
      71410000 - Urban planning services.
      71420000 - Landscape architectural services.
      71500000 - Construction-related services.
      71510000 - Site-investigation services.
      71520000 - Construction supervision services.
      71521000 - Construction-site supervision services.
      71540000 - Construction management services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UKI12 Inner London - East
      
      II.2.4) Description of procurement: The HRW scheme is one of London’s most exciting regeneration opportunities, offering the potential to deliver at least 1,400 new homes, 8,800 sqm of commercial space and new community facilities structured within a creative and inspiring framework of placemaking. The scheme seeks to secure physical, social and economic regeneration outcomes providing sustainable neighbourhoods that embed opportunities for significantly improved health and wellbeing for local communities.
The HRW scheme provides the opportunity to deliver:
•A minimum of 1,400 new high quality homes to include 145 new high quality council homes and 46 shared equity homes.
•A minimum of 4,800m2 of A1, A3, A4 retail space.
•A minimum of 3,000m2 of D2 leisure space.
•A minimum of 1,000m2 of B1 business space.
•A new 1,400 m2 library learning centre.
•Improvements to the landscape and public realm, including a major new link between an enhanced White Hart Lane Station and Tottenham Hotspur Football Club ("THFC").
In addition the site provides the opportunity to deliver an energy centre accommodating the plant required for a District Energy Network (DEN),that ultimately will serve the HRW Area, THFC and Northumberland Park Estate providing all hot water and space heating needs. The operator of the energy centre will be procured by HC, and will provide the plant required for the DEN. HC's Cabinet will be considering the business case for the DEN in September 2016.

HC may include additional land within the area to be developed by the selected partner, should it be deemed to support the objectives of the High Road West regeneration scheme.
HC’s vision for the HRW Area is to create a vibrant and sustainable new neighbourhood with a blend of housing - increasing local residents’ housing choice and supply, whilst also supporting the creation of a leisure destination for London (alongside the planned development at THFC).
In order to meet its vision, HC has established the following project objectives:
•To deliver comprehensive regeneration of the HRW Area that creates a vibrant, attractive and sustainable neighbourhood and supports the delivery of a new sports and leisure destination for London.
•To regenerate the Love Lane Estate, ensuring that all current secure tenants are re housed within the area in high quality and high performing homes built to the London Mayor’s Design Guide Standards.
•To deliver a broad mix of tenures including innovative new affordable housing products and (potentially) Private Rented Sector in a tenure blind development.
•To create a new attractive, vibrant and economically successful local centre within the south of the site, which supports both the future community and the creation of a leisure destination alongside planned development at THFC, whilst also measurably increasing employment opportunities.
•To deliver new community infrastructure that meets the needs of an increased population, including a new library learning centre and if necessary health and educational facilities.
•To secure wider social and economic benefits for the local community, including employment, education, health and community safety benefits as set out in the Tottenham People Programme.
•To deliver high quality design which will create a healthy, safe and economically active neighbourhood and high quality architecture that responds to the existing character and heritage of the area.
•To significantly increase the amount and quality of public space in the area, including delivering a new high quality public square, which is activated with community and other uses, to link White Hart Lane station to the High Road.
•To ensure that environmental sustainability is designed into the scheme addressing urban challenges such as climate change adaption, noise pollution and air quality.
      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: 450,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 180       
      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: 5
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: As set out within the tender documents.
      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: The estimated total cost of this scheme is in the region of 400,000,000 GBP and 500,000,000 GBP. The reason for this range is due to the range of factors which shall be discussed during the Competitive Dialogue Procedure which include but are not limited to the lifespan of the arrangement and the potential size and value of the assets which may be transferred to (or which may otherwise be developed or managed) by the partner. However, please note that all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only and HC reserves the right to change any or all of them.

Further details will be provided throughout the procurement and the final scope of the opportunity will be subject to further dialogue.

It is envisaged that a development agreement will be entered into with the selected partner containing obligations (conditional on planning permission being obtained) to build out the development within a pre-agreed programme. The programme will be discussed during the Competitive Dialogue Procedure, but is anticipated to be between 10 – 15 years.

The procurement documents can be accessed via http://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./8C2SDJ7NE6 from the date of dispatch of this notice. Bidders should note that this procurement is not open to other purchasing contracting authorities.       


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:          
      In accordance with Article 57 of Directive 2014/24/EU and Regulation 57 of the Public Contracts Regulations 2015. Details of the conditions will be set out in the tender documents.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Further information will be set out in the tender documents.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Further information will be set out in the tender documents.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Further information will be set out in the tender documents.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Further information will be set out in the tender documents.
      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.2.2) Contract performance conditions       
      1. Parent company guarantees, deposits, bonds or other forms of appropriate security may be required as set out in the tender documents.
2. The financing conditions and payment arrangements are as described in the tender documents.
3. In the event of a successful consortium bid, HC may specify that the consortium member takes a particular legal form and/or require that a single consortium member takes primary liability or that each member undertakes joint and several liability irrespective of the legal form adopted. Where a subsidiary company is used, the ultimate parent company may be required to provide a guarantee in respect of the performance of the contract by the subsidiary before acceptance.
4. The selected partner may be required to actively participate in the achievement of social and/or environmental policy objectives. Accordingly, contract performance conditions may relate in particular to social, environmental and/or corporate social responsibility considerations. Further details will be set out in the tender documents.          
      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
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   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: Yes       
   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: 11/07/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/08/2016       
      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: Not Provided      
      

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 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.

HC is holding a Bidder Briefing event in relation to this opportunity on 13 June 2016. If you wish to attend this event please contact tottenhamregeneration@haringey.gov.uk.

The Memorandum of Information and PQQ are available online via http://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./8C2SDJ7NE6 from the date of dispatch of this notice. Expressions of interest should be by way of completion and return of the PQQ by the time and date specified in Section IV 2.2. HC will evaluate Bidders' PQQ responses in accordance with the PQQ and, following evaluation, will draw up a short list of Bidders. HC then intends to issue to the short listed Bidders an Invitation to Participate in Dialogue ("ITPD") (which will include the Invitation to Submit Outline Solutions ("ISOS")). The short listed Bidders and HC will commence dialogue and Bidders will be invited to submit outline solutions on this project in accordance with the ITPD and ISOS.
HC reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. HC shall not be liable under any circumstances for any costs, charges or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
Please note that all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only; HC reserves the right to change any or all of them.
Bidders are advised that HC is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a Bidder considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. HC shall take such statements into consideration in the event that it receives a request pursuant to FOIA and/or the EIR which relates to the information provided by the interested party. However, if the information is requested HC may be forced to disclose such documentation, irrespective of a Bidder's wishes. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
Bidders are advised that pursuant to the Local Government Transparency Code 2014 (LGTC), local authorities are required to publish details of any contract, commissioned activity, purchase order, framework agreement and any other legally enforceable agreement with a value that exceeds £5,000. Details required include but may not be limited to reference number, title, department, description, supplier name and details, estimated annual spend and/or budget, unrecoverable VAT, start, end and contract review dates, method of contracting and supplier status namely SME and/or voluntary or community sector organisation together with the relevant registration number. HC is also subject to the reporting requirements set out in Regulations 83 and 84 of the Public Contracts Regulations 2015 (PCR). HC reserves the right to publish details as required pursuant to the LGTC and the PCR.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./8C2SDJ7NE6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8C2SDJ7NE6
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079477882
       Internet address: http://www.justice.gov.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: 31/05/2016

Annex A


View any Notice Addenda

View Award Notice