West Lindsey District Council: Gainsborough Regeneration Development Partner for WLDC

  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
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-Gainsborough: Building construction work.
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


View any Notice Addenda

View Award Notice