Thamesmead Regeneration: Thamesmead Waterfront Development

  Thamesmead Regeneration has published this notice through Delta eSourcing

Notice Summary
Title: Thamesmead Waterfront Development
Notice type: Concession Award Notice
Authority: Thamesmead Regeneration
Nature of contract: Works
Procedure: ???respondToList.procedureType.AWARD_WITH_PRIOR_PUBLICATION???
Short Description: Peabody Trust ("Peabody") is seeking a strategic investment and development partner for the regeneration of the area known as Thamesmead Waterfront in South East London ("Site"). The Site has the potential to deliver 11,500 new homes, a rejuvenated town centre with retail, commercial, leisure and educational facilities as part of a comprehensive redevelopment. The partner's role will involve: providing or securing investment; providing strategic advice in relation to the overarching business plan, the masterplan and physical infrastructure; place-making and design services; development delivery, project management, construction management and procurement services; stakeholder engagement and consultation services; advice in relation to the long-term management of the Site; and advice on the marketing and disposal of development parcels. The opportunity may also involve managing developed assets held by the JV partnership and/or by Peabody to generate income streams.
Published: 31/10/2019 09:06

View Full Notice

UK-London: Urban development construction work.

Section I: Contracting Authority
I.1) Name and addresses:
       Peabody
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038283826, Email: Liam.cochrane@peabody.org.uk
       Main Address: www.peabody.org.uk
       NUTS Code: UKI

I.4) Type of the contracting authority
Body governed by public law


I.5) Main activity:
Housing and community amenities

Section II: Object

II.1) Scope of the procurement
   II.1.1) Title: Thamesmead Waterfront Development    
   Reference number: Not Provided

   II.1.2) Main CPV code:
      45211360 - Urban development construction work.
          

   II.1.3) Type of contract: WORKS    
   
   II.1.4) Short description: Peabody Trust ("Peabody") is seeking a strategic investment and development partner for the regeneration of the area known as Thamesmead Waterfront in South East London ("Site"). The Site has the potential to deliver 11,500 new homes, a rejuvenated town centre with retail, commercial, leisure and educational facilities as part of a comprehensive redevelopment. The partner's role will involve: providing or securing investment; providing strategic advice in relation to the overarching business plan, the masterplan and physical infrastructure; place-making and design services; development delivery, project management, construction management and procurement services; stakeholder engagement and consultation services; advice in relation to the long-term management of the Site; and advice on the marketing and disposal of development parcels. The opportunity may also involve managing developed assets held by the JV partnership and/or by Peabody to generate income streams.    
         
   II.1.5) Estimated total value:
      Value excluding VAT: 3,500,000,000       
      Currency : GBP       
      Method used for calculating the estimated value of the concession: Not Provided

   II.1.6) Information about lots:
      This contract is divided into lots: No

            
   II.1.7) Total value of the procurement (excluding VAT)    
         Value : 8,000,000,000 Currency : GBP
   

   

II.2) Lot Description    

   II.2.2) Additional CPV code(s)
         45210000 - Building construction work.
         45211340 - Multi-dwelling buildings construction work.
         45211300 - Houses construction work.
         45211341 - Flats construction work.
         45211350 - Multi-functional buildings construction work.
         45214200 - Construction work for school buildings.
         45214300 - Construction work for college buildings.
         45212360 - Religious buildings construction work.
         45214000 - Construction work for buildings relating to education and research.
         45215100 - Construction work for buildings relating to health.
         45215213 - Nursing home construction work.
         45215214 - Residential homes construction work.
         45215212 - Retirement home construction work.
         45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
         45212100 - Construction work of leisure facilities.
         45213100 - Construction work for commercial buildings.
         45213150 - Office block construction work.
         45213111 - Shopping centre construction work.
         45213110 - Shop buildings construction work.
         45212411 - Hotel construction work.
         45213312 - Car park building construction work.
         45223300 - Parking lot construction work.
         45213311 - Bus station construction work.
         45213250 - Construction work for industrial buildings.
         45112700 - Landscaping work.
         45453100 - Refurbishment work.
         45111000 - Demolition, site preparation and clearance work.
         45233100 - Construction work for highways, roads.
         45221000 - Construction work for bridges and tunnels, shafts and subways.
         45233260 - Pedestrian ways construction work.
         45231000 - Construction work for pipelines, communication and power lines.
         45231221 - Gas supply mains construction work.
         45231223 - Gas distribution ancillary work.
         45231300 - Construction work for water and sewage pipelines.
         45232450 - Drainage construction works.
         45231400 - Construction work for electricity power lines.
         45232140 - District-heating mains construction work.
         45251000 - Construction works for power plants and heating plants.
         45232153 - Construction work for water towers.
         45241500 - Wharf construction work.
         45243510 - Embankment works.
         45243600 - Quay wall construction work.
         45246000 - River regulation and flood control works.
         45246200 - Riverbank protection works.
         45246410 - Flood-defences maintenance works.
         45247100 - Construction work for waterways.
         45200000 - Works for complete or part construction and civil engineering work.
         71000000 - Architectural, construction, engineering and inspection services.
         71220000 - Architectural design services.
         71240000 - Architectural, engineering and planning services.
         71247000 - Supervision of building work.
         71251000 - Architectural and building-surveying services.
         71400000 - Urban planning and landscape architectural services.
         71540000 - Construction management services.
         71530000 - Construction consultancy services.
         71311000 - Civil engineering consultancy services.
         71311100 - Civil engineering support services.
         71311210 - Highways consultancy services.
         71315200 - Building consultancy services.
         79418000 - Procurement consultancy services.
         79419000 - Evaluation consultancy services.
         79993000 - Building and facilities management services.
         50700000 - Repair and maintenance services of building installations.
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         45259300 - Heating-plant repair and maintenance work.
         45331000 - Heating, ventilation and air-conditioning installation work.
         45330000 - Plumbing and sanitary works.
         79992000 - Reception services.
         90911200 - Building-cleaning services.
         90911100 - Accommodation cleaning services.
         90919200 - Office cleaning services.
         79710000 - Security services.
         79711000 - Alarm-monitoring services.
         79713000 - Guard services.
         79714000 - Surveillance services.
         90920000 - Facility related sanitation services.
         90922000 - Pest-control services.
         77314000 - Grounds maintenance services.
         90500000 - Refuse and waste related services.
         70000000 - Real estate services.
         70110000 - Development services of real estate.
         70123100 - Sale of residential real estate.
         70331000 - Residential property services.
         70332200 - Commercial property management services.
      

   II.2.3) Place of performance
      Region Codes:      
      UKI4 - Inner London – East
   

   II.2.4) Description of the procurement: The appointed partner will enter into a joint venture agreement with two distinct phases: in Phase 1 Peabody and the partner will work together to refine, develop and finalise strategies for business plans; masterplanning; delivery programme and phasing; infrastructure delivery; financing and supply-chain appointment; in Phase 2 Peabody and the partner will deliver the regeneration programme and management of the assets in accordance with the strategies agreed in Phase 1.

      II.2.5) Award criteria:
               
      Concession is awarded on the basis of
         the criteria described below
         
            Criterion: the criteria stated in the procurement documents
            

   II.2.7) Duration of the concession
             Duration in months: 480                         
   
   II.2.13) Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds : No       
               
   
   II.2.14) Additional information II.2.7 (duration of the concession) includes the potential length of any long-term asset management role. The aggregate duration of Phase 1 and Phase 2 of the joint venture arrangements could range between 35 and 40 years.             
         
Section IV: Procedure   

IV.1) Description   
   IV.1.1) Form of procedure           Award procedure with prior publication of a concession notice         
      

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes    
   
   IV.1.11) Main features of the award procedure    
    Not Provided

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure:
      Notice number in OJ S: 2017/S 202 - 416900

Section V: Award of concession
   
Award of concession : 1
      
Title: Thamesmead Waterfront Development
A concession/lot is awarded: Yes    

V.2) Award of concession:
   
   V.2.1) Date of concession award decision: 25/09/2019    
   
   V.2.2) Information about tenders
      Number of tenders received: 4       
      Number of tenders received from SMEs: Not Provided (SME - as defined in Commission Recommendation 2003/361/EC)
      Number of tenders received from tenderers from other EU Member States: Not Provided       
      Number of tenders received from tenderers from non-EU Member States: Not Provided       
      Number of tenders received by electronic means: 4       
      
      The contract has been awarded to a group of economic operators No
   
   V.2.3) Name and address of the concessionaire       
      Name and address of the concessionaire No. 1
       Lendlease Europe Holdings Limited
       20 Triton Street, London, NW1 3BF, United Kingdom
       NUTS Code: UKI
      The concessionaire is an SME : No       
   
   V.2.4) Information on value of the concession and main financing terms (excluding VAT)       
      Initial estimated total value of the contract/lot/concession: 3.5E9      
      Total value of the concession/lot: 8.0E9       
      Revenue from the payment of fees and fines by the users: Not Provided       
      Prizes, payments or other financial advantages provided by the contracting authority/entity: Not Provided       
      Currency: GBP       
      Any other details relevant to the value of the concession according to Art. 8(3) of the directive: Not Provided       


Section VI: Complementary Information    
   
VI.3) Additional information:    
    The value in II.1.5 and V.2.4 (3.5bn) represents the initial estimated gross development costs as published in the OJEU Concession Notice. The higher figure in II.1.7 and V.2.4 (8bn) represents the estimated gross development value which will depend on many commercial factors including (but not limited to) the performance of the developer and market conditions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=440419976
GO-20191031-PRO-15533571 TKR-20191031-PRO-15533570       
VI.4) Procedures for review

   VI.4.1) Review body
       High Courts of Justice
       The Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom    
               
   VI.4.2) Body responsible for mediation procedures
      Not Provided

   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:       
    In accordance with Regulation 47 (Notice of decision to award a concession contract); regulation 48 (Standstill period) and regulation 52 to 63 of the Concession Contracts Regulations 2016 ("CCR 2016"). Following any decision to award the concession contract the contracting authority will be providing debriefing information to unsuccessful bidders in accordance with Regulation 47 CCR 2016) and observe a minimum 10 day standstill period (in accordance with regulation 48 CCR 2016) before the concession contract is entered into.          
         
   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: 31/10/2019

View any Notice Addenda

View Award Notice