Knight Frank Investment Management LLP: One Passage Street, Bristol - Redevelopment

  Knight Frank Investment Management LLP is using Delta eSourcing to run this tender exercise

Notice Summary
Title: One Passage Street, Bristol - Redevelopment
Notice type: Contract Notice
Authority: Knight Frank Investment Management LLP
Nature of contract: Services
Procedure: Restricted
Short Description: Knight Frank Investment Management LLP is seeking to procure a Development Manager on behalf of Local Pensions Partnership Investments Limited to provide development management services at One Passage Street, Bristol BS2 0JF, a property owned by an Authorised Contractual Scheme being the LPPI Real Estate Fund. One Passage Street is a purpose built office property comprising approximately 33,000 sq ft, which is intended for demolition and re-development.
Published: 26/03/2020 16:17
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-London: Development services of real estate.
Section I: Contracting Authority
      I.1) Name and addresses
             Local Pensions Partnership Investments Ltd., 09835244
             Local Pensions Partnership Investments Ltd (“LPPI”) c/o Knight Frank Investment Management LLP, Saddlers House, 44 Gutter Lane, London, EC2V 6BR, United Kingdom
             Tel. +44 2038701935, Email: piers.windsor@kf-im.com
             Contact: Piers Windsor
             Main Address: www.kf-im.com
             NUTS Code: UKK11
      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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Development-services-of-real-estate./3UAZ22K98T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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
            Body governed by public law
      I.5) Main activity
            Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: One Passage Street, Bristol - Redevelopment       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      70110000 - Development services of real estate.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Knight Frank Investment Management LLP is seeking to procure a Development Manager on behalf of Local Pensions Partnership Investments Limited to provide development management services at One Passage Street, Bristol BS2 0JF, a property owned by an Authorised Contractual Scheme being the LPPI Real Estate Fund. One Passage Street is a purpose built office property comprising approximately 33,000 sq ft, which is intended for demolition and re-development.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: Knight Frank Investment Management LLP (“KFIM”) is seeking to procure a Development Manager on behalf of Local Pensions Partnership Investments Limited (“LPPI”) to provide development management services at One Passage Street, Bristol, BS2 0JF (the “Property”). The Property is owned by an Authorised Contractual Scheme (“ACS”) being LPPI Real Estate Fund (the “Fund”).

The Property is a purpose built office property comprising approximately 33,000 sq ft, which is intended for demolition and redevelopment. The Property is let in its entirety to Global Radio Services Ltd. on a lease expiring 28/09/2021 and is within the provisions of the 1954 Act. Vacant possession can be obtained under ground F (s.30) if a redevelopment can be demonstrated and subject to the payment of compensation (2x rateable value). It is intended that the Property will be demolished and redeveloped at lease expiry.

KFIM is managing this procurement process on behalf of LPPI. Potential suppliers should note that the successful tenderer will be required to contract directly with LPPI.

The proposed terms of the contract to be entered into with the successful tenderer will be provided to shortlisted tenderers alongside the Invitation to Tender. A summary of the proposed terms, together with a description of the services to be provided by the successful tenderer, are provided in the Memorandum of Information (“MoI”) released with the Selection Questionnaire (“SQ”).

The successful tenderer will be required to provide the services for the period of the redevelopment, currently expected to commence in April 2020 and expire in October 2024. Further information on the proposed term of the contract is to be included in the summary of the proposed terms included as part of the MoI.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 40       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 5       
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3UAZ22K98T       


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:          
      RICS Membership    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      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        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/05/2020 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/05/2020       
      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: Not Provided      
      

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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium-sized enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Further information on the procurement procedure is set out within the procurement documents available via the Portal (see link below). In the first instance, potential tenderers will be provided with an SQ and supporting MoI. Potential tenderers will be invited to complete and return the SQ, and responses will be evaluated according to the selection procedure outlined in the SQ. A maximum of 5 potential tenderers will be shortlisted following the SQ evaluation and invited to the tender stage of the process.

The shortlisted candidates from the SQ stage will be sent an Invitation to Tender (“ITT”), which will included proposed terms of contract, and will be asked to submit their Tender response. Tender responses will then be evaluated according to the evaluation criteria set out in the ITT. Bidders will then be informed of the award decision, and following a 10 day standstill period, it is expected that the contract will be entered into with the successful tenderer.

KFIM reserves the right at any time to:
i) reject any/all responses and to cancel or withdraw this procurement at any stage;
ii) award a contract without prior notice;
iii) change the basis, the procedures and the timescales set out or referred to within the procurement documents;
iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
v) terminate the procurement process; and
vi) amend the terms and conditions of the selection and evaluation process.
For more information about this opportunity, please visit the Delta eSourcing portal below.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Development-services-of-real-estate./3UAZ22K98T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3UAZ22K98T
   VI.4) Procedures for review
   VI.4.1) Review body:
             Knight Frank Investment Management LLP
       Saddlers House, 44 Gutter Lane, London, EC2V 6BR, United Kingdom
       Tel. +44 2038701935, Email: piers.windsor@kf-im.com
   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: 26/03/2020

Annex A


View any Notice Addenda

View Award Notice