West Lindsey District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Gainsborough Regeneration Development Partner for WLDC |
Notice type: | Contract Notice |
Authority: | West Lindsey District Council |
Nature of contract: | Works |
Procedure: | Competitive Dialogue |
Short Description: | The Council is seeking a suitably qualified development partner (or consortium) to deliver three distinct project phases: Phase1 - The Regeneration Delivery Plan for Gainsborough town centre and bring forward a viable development solution for three strategic town centre sites within the Council’s ownership; Phase 2 - Housing growth, with particular focus on the Housing Zone programme and Sustainable Urban Extension development; and Phase 3 - Wider economic and housing growth through the implementation of the Council’s Land and Property Agenda within the Commercial Plan 2015-2020 The Council is committed to the early delivery of Phase 1. However, Phases 2 & 3 may be delivered concurrently with Phase 1. The Council's land ownership in Gainsborough and partnership with the Homes and Communities Agency have created an excellent platform from which to promote development. |
Published: | 25/11/2016 12:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
West Lindsey District Council
Guildhall, Marshall's Yard, Gainsborough, DN21 2NA, United Kingdom
Tel. +44 7890610178, Email: eve.fawcett-moralee@west-lindsey.gov.uk
Contact: Eve Fawcett-Moralee
Main Address: www.west-lindsey.gov.uk, Address of the buyer profile: https://www.west-lindsey.gov.uk/my-council/contacts-facts-and-figures/council-offices-and-contact-details/contact-us/
NUTS Code: UKF3
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-Gainsborough:-Building-construction-work./PWHKH8KMAS
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/PWHKH8KMAS 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: Gainsborough Regeneration Development Partner for WLDC
Reference Number: WL/EFM/04
II.1.2) Main CPV Code:
45210000 - Building construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Council is seeking a suitably qualified development partner (or consortium) to deliver three distinct project phases:
Phase1 - The Regeneration Delivery Plan for Gainsborough town centre and bring forward a viable development solution for three strategic town centre sites within the Council’s ownership;
Phase 2 - Housing growth, with particular focus on the Housing Zone programme and Sustainable Urban Extension development; and
Phase 3 - Wider economic and housing growth through the implementation of the Council’s Land and Property Agenda within the Commercial Plan 2015-2020
The Council is committed to the early delivery of Phase 1. However, Phases 2 & 3 may be delivered concurrently with Phase 1.
The Council's land ownership in Gainsborough and partnership with the Homes and Communities Agency have created an excellent platform from which to promote development.
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45210000 - Building construction work.
45211100 - Construction work for houses.
70111000 - Development of residential real estate.
44110000 - Construction materials.
70000000 - Real estate services.
71000000 - Architectural, construction, engineering and inspection services.
90712100 - Urban environmental development planning.
45110000 - Building demolition and wrecking work and earthmoving work.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: The Council is looking to procure a development partner that:
(a) is looking to invest and work in partnership with the Council over a mid-term period (currently envisaged to be an initial term of 5 years, with the option to extend for two subsequent, respective periods of 5 years and 2 years (for a total 12 year term) to promote economic and housing growth and the creation of a self-sustainable Gainsborough; and
(b) will allow the Council to deliver town centre, housing and wider regeneration and development projects over this period following an agreement on viability, uses and market demand.
The Council may support its preferred partner by:
(a) acquiring land (as agreed by the Council);
(b) grant funding;
(c) prudential borrowing;
(d) taking head-leases of properties; and
(f) delivery of the Council (and wider public sector) accommodation agenda.
The Council requires a highly skilled development partner with expertise in town centre development and quality housing.
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: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 144
This contract is subject to renewal: Yes
Description of renewals: The contract is for an initial term of five years, with the option for the Council to extend the contract on two subsequent occasions: primarily for a period of five years; and a secondary extension for a period of two years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 4
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: Yes
Identification of the project: There is a possibility that the Council will use ESIF funding to contribute towards the proposed marina development.
II.2.14) Additional information: Not provided
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:
Information and formalities necessary for evaluating if requirements are met in accordance with Articles 57- 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57-58 of the Public Contracts Regulations 2015, and is set out in the Pre-Qualification Questionnaire which is available from part I.1 above.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Pre-Qualification Questionnaire which is available from the address in Part I.1
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Pre-Qualification Questionnaire which is available from the address in Part I.1.
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
Not Provided
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 COMPETITIVE_DIALOGUE
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: 2016/S 143 - 258121
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/12/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/02/2017
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): 6
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gainsborough:-Building-construction-work./PWHKH8KMAS
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PWHKH8KMAS
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice?q=royalcourtsofjustice
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: 25/11/2016
Annex A