Peabody Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | South Thamesmead Phases 2 and 3 Joint Venture Partnership |
Notice type: | Contract Award Notice |
Authority: | Peabody Trust |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Peabody is seeking to establish a 50:50 joint venture (‘JV’) between Peabody and a private sector partner (‘PSP’) to deliver phases 2 and 3 of the South Thamesmead regeneration project, at Harrow Manorway, near Abbey Wood, SE2 9LH (the ‘Development Site’). The Development Site totals circa 3.1 hectares (7.7 acres) split between a northern plot (Phase 2, c 1.7 ha (4.6 ac)) and southern plot (Phase 3, c 1.2 ha (3.1 ac)). |
Published: | 16/01/2024 16:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038283630, Email: kishore.senathirajah@peabody.org.uk
Contact: Kishore Senathirajah
Main Address: https://www.peabody.org.uk/, Address of the buyer profile: www.peabody.org.uk
NUTS Code: UKI6
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.4)Type of the contracting authority:
Other type:: Housing Association
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: South Thamesmead Phases 2 and 3 Joint Venture Partnership
Reference number: Not Provided
II.1.2) Main CPV code:
45210000 - Building construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Peabody is seeking to establish a 50:50 joint venture (‘JV’) between Peabody and a private sector partner (‘PSP’) to deliver phases 2 and 3 of the South Thamesmead regeneration project, at Harrow Manorway, near Abbey Wood, SE2 9LH (the ‘Development Site’). The Development Site totals circa 3.1 hectares (7.7 acres) split between a northern plot (Phase 2, c 1.7 ha (4.6 ac)) and southern plot (Phase 3, c 1.2 ha (3.1 ac)).
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 300,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI6 - Outer London – South
Main site or place of performance:
Outer London – South
II.2.4) Description of the procurement: 50:50 joint venture (‘JV’) between Peabody and a private sector partner (‘PSP’) to deliver phases 2 and 3 of the South Thamesmead regeneration project. It is anticipated that the PSP will provide construction services to the JV, and may provide additional professional services. In total the Development Site is estimated to have capacity for c 730 homes and c 1,000 square foot of community space (the latter assumed to be delivered in Phase 2). Phase 2 benefits from an outline planning consent for delivery of up to 329 homes and up to 1,050 square metres of commercial floorspace (London Borough of Bexley ref. 16/01287/OUTM). Recent scheme testing estimates capacity for Phase 3 at c 400 homes. Phase 3 is part of a separate outline application currently being determined by the local planning authority, across a wider area, for up to 1,950 homes and 3,225 square metres of commercial floorspace (ref. 21/01948/OUTEA).
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 55%
Cost criterion - Name: Price / Weighting: 45%
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2019/S 213-524458
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/08/2022
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Lovell Partnerships Limited, 02387333
Kent House, 14 - 17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=834232350
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 16/01/2024