Homes and Communities Agency: Daedalus Waterfront Development, Lee-on-the-Solent, Nr Gosport, Hampshire

  Homes and Communities Agency has published this notice through Delta eSourcing

Notice Summary
Title: Daedalus Waterfront Development, Lee-on-the-Solent, Nr Gosport, Hampshire
Notice type: Contract Notice
Authority: Homes and Communities Agency
Nature of contract: Works
Procedure: Competitive Dialogue
Short Description: The Homes and Communities Agency wish to appoint a development partner to transform Daedalus Waterfront into a thriving and successful waterfront development. The comprehensive redevelopment is suitable in phases over a period of 10 years and includes exciting opportunities for employment, residential (new build and refurbishment), care homes/villages and leisure and retail uses. Daedalus Waterfront is an important redevelopment opportunity within the Solent Enterprise Zone, in a prominent position overlooking the Solent and the Isle of Wight. The site includes attractive former naval buildings suitable for refurbishment/conversion and is on the south coast close to Portsmouth. There is no project specific grant funding available to bidders for this project; however bidders are encouraged to consider and explore any possible grant funding which may be available in the normal way. Please note HCA reserves the absolute right, at any time and for any reason, to reject any offers which include an element of HCA grant funding. A development partner will be appointed in early 2015.
Published: 24/09/2014 12:26

View Full Notice

UK-Guildford: Building construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Homes and Communities Agency
      Bridge House, 1 Walnut Tree Close, Guildford, GU1 4GA, United Kingdom
      Tel. +44 3001234500, Email: jeremy.herring@hca.gsi.gov.uk, URL: www.homesandcommunites.co.uk
      Attn: Jeremy Herring

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      National or federal agency/office

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Daedalus Waterfront Development, Lee-on-the-Solent, Nr Gosport, Hampshire
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

         Region Codes: UKJ33 - Hampshire CC         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Building construction work. Demolition work. Site preparation and clearance work. Siteworks. Construction work for multi-dwelling buildings and individual houses. Buildings of particular historical or architectural interest. Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport. Refurbishment work. Retirement home construction work. Site-development work. Residential homes construction work. Nursing home construction work. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Construction work of leisure facilities. The Homes and Communities Agency wish to appoint a development partner to transform Daedalus Waterfront into a thriving and successful waterfront development. The comprehensive redevelopment is suitable in phases over a period of 10 years and includes exciting opportunities for employment, residential (new build and refurbishment), care homes/villages and leisure and retail uses. Daedalus Waterfront is an important redevelopment opportunity within the Solent Enterprise Zone, in a prominent position overlooking the Solent and the Isle of Wight. The site includes attractive former naval buildings suitable for refurbishment/conversion and is on the south coast close to Portsmouth. There is no project specific grant funding available to bidders for this project; however bidders are encouraged to consider and explore any possible grant funding which may be available in the normal way. Please note HCA reserves the absolute right, at any time and for any reason, to reject any offers which include an element of HCA grant funding. A development partner will be appointed in early 2015.
         
      II.1.6)Common Procurement Vocabulary:
         45210000 - Building construction work.
         
         45111100 - Demolition work.
         
         45111200 - Site preparation and clearance work.
         
         45113000 - Siteworks.
         
         45211000 - Construction work for multi-dwelling buildings and individual houses.
         
         45212350 - Buildings of particular historical or architectural interest.
         
         45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
         
         45453100 - Refurbishment work.
         
         45215212 - Retirement home construction work.
         
         45111291 - Site-development work.
         
         45215214 - Residential homes construction work.
         
         45215213 - Nursing home construction work.
         
         45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
         
         45212100 - Construction work of leisure facilities.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The site is 57 acres and the development potential, as described by current planning policy, is for over 200 homes and 55,000 sq m of employment space in new and refurbished buildings. This is indicative only and proposals are sought from developers to deliver a vibrant employment led scheme on the site. The site includes a conservation area and 6 listed buildings.                  
         Estimated value excluding VAT:
         Range between: 10,000,000 and 100,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As stated in the Contract Documents
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As stated in the Contract Documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Under the contract the developer and its supply chain will be required to participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations, to be detailed in the Contract Documents      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Bidders will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006 (as amended) on the basis of information provided in response to the selection questionnaire. Bidders will be asked to confirm that none of the conditions set out in regulation 23 of the Public Contracts Regulations 2006 (as amended) apply to their organisation      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.         
         Minimum Level(s) of standards possibly required:
         The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.         
         Minimum Level(s) of standards possibly required:
         The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 7         
         Objective Criteria for choosing the limited number of candidates:
         This will be set out in the Contract Documents. However, candidates should note that the HCA intends to use successive stages under the Competitive Dialogue process. Organisations expressing an interest will be invited to submit a pre-qualification questionnaire, which will be evaluated by the HCA using the selection criteria set out in the Contract Documents. This process will allow the Contracting Authorities to shortlist an envisaged 3 to 7 to submit Outline Solutions. The HCA intends to invite 3 to participate in Dialogue and will then invite 3 bidders to submit Detailed Solutions.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: HCAE15079      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 17/11/2014
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 24/11/2014
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 06/01/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: All discussions, meetings and communications will be conducted in English. The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP. This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests. The final decision rests with the HCA. Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential 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. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response. The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information. All dates included in this notice are provisional and potentially subject to revision. The HCA reserves the right: to cancel the tender process at any stage for any reason; to amend the terms and conditions of the tender process; and/or to award part only of the contract. The HCA further reserves the right to withdraw from the tendering process at any stage or to vary the scope of the products and services required and the HCA shall not be liable to any bidder as a result of this action. All bidders are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tender and the tendering process. The HCA is working closely with local authority partners in the delivery of this development opportunity. In event that one or more of them take an interest in the site, HCA has conducted this procurement on behalf of itself and those local authority partners.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=113965523
GO-2014924-PRO-6033718 TKR-2014924-PRO-6033717
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000

      Body responsible for mediation procedures:
               Royal Courts of Justice
         The Strand, London, WC2A 2LL, United Kingdom
         Tel. +44 2079476000

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1 2AS, United Kingdom
      Tel. +44 2072761234

   VI.5) Date Of Dispatch Of This Notice: 24/09/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Jones Lang LaSalle
      3rd Floor, Latimer House, 5-7 Cumberland Place, Southampton, SO15 2BH, United Kingdom
      Tel. +44 2380232882, Fax. +44 2380232684, Email: michael.green@eu.jll.com, URL: www.joneslanglasalle.com
      Attn: Michael Green   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Jones Lang LaSalle
      3rd Floor, Latimer House, 5-7 Cumberland Place, Southampton, SO15 2BH, Uganda
      Tel. +44 2380232882, Fax. +44 2380232684, Email: michael.green@eu.jll.com, URL: www.joneslanglasalle.com
      Attn: Michael Green   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Jones Lang LaSalle
      3rd Floor, Latimer House, 5-7 Cumberland Place, Southampton, SO15 2BH, United Kingdom
      Tel. +44 2380232882, Fax. +44 2380232684, Email: michael.green@eu.jll.com, URL: www.joneslanglasalle.com
      Attn: Michael Green

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      See section V1.3
      See section V1.3, See section V1.3, United Kingdom

View any Notice Addenda

View Award Notice