St Mungo's: 217 Harrow Road - Development Partnership

  St Mungo's is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 217 Harrow Road - Development Partnership
Notice type: Contract Notice
Authority: St Mungo's
Nature of contract: Works
Procedure: Negotiated
Short Description: St Mungo Community Housing Association (St Mungo's) is seeking a partner to deliver with it the redevelopment of 217 Harrow Road in the City of Westminster, London. With a site area of some 0.12 hectares (0.3 acres), the site appears to offer the potential of some 5000 square meters of new accommodation. The project provides an outstanding opportunity for a development partner to work alongside St Mungo’s to develop some 60 residential units and re-provide a modern, flexible self-contained contained accommodation block for supported use. The partner will lead, finance and procure planning, design and delivery.
Published: 14/11/2018 16:49
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: Urban development construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             St Mungo Community Housing Association
             3 Thomas More Square, London, E1W 1YW, United Kingdom
             Email: procurement@mungos.org
             Contact: Sarah Hadland
             Main Address: www.mungos.org
             NUTS Code: UK
      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-London:-Urban-development-construction-work./5WC2C9395C
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Other type:: Charity and housing association
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: 217 Harrow Road - Development Partnership       
      Reference Number: PRO.047.18
      II.1.2) Main CPV Code:
      45211360 - Urban development construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: St Mungo Community Housing Association (St Mungo's) is seeking a partner to deliver with it the redevelopment of 217 Harrow Road in the City of Westminster, London.

With a site area of some 0.12 hectares (0.3 acres), the site appears to offer the potential of some 5000 square meters of new accommodation. The project provides an outstanding opportunity for a development partner to work alongside St Mungo’s to develop some 60 residential units and re-provide a modern, flexible self-contained contained accommodation block for supported use.

The partner will lead, finance and procure planning, design and delivery.       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      70000000 - Real estate services.
      
      II.2.3) Place of performance:
      UKI32 Westminster
      
      II.2.4) Description of procurement: St Mungo's intends to enter into a contractual development agreement (with the grant of a long leasehold interest) to realise the potential of this scheme. In selecting a development partner, St Mungo's is seeking a party that best demonstrates an understanding of our objectives, has skills and resources to meet these objectives and can demonstrate experience of partnership project delivery in a comparable setting. Following Contract Award, the successful Bidder will be required to appoints its own teams and successfully manage the development project through RIBA Stages 1-7. In delivering this project, both parties will work together to finalise the design of the accommodation to both parties' satisfaction.
      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: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 3
             
      Objective criteria for choosing the limited number of candidates: St Mungo's will provide no more than 5 parties with an Invitation to Submit Initial Tenders (ISIT). No more than 3 parties will subsequently be invited to negotiation stage and ultimately to submit Final Tenders (ISFTs). The objective criteria for selection is provided within the Supplier Questionnaire. St Mungo's reserves the right to invite fewer suppliers to ISIT and ISFT stages than the numbers stated in this Notice if a sufficient number of suppliers do not meet the organisation's stated requirements.
      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/5WC2C9395C       


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:          
      Not Provided       
      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.2.2) 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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.5) Information about negotiation: 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: 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: 14/12/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/01/2019       
      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): 12
      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-London:-Urban-development-construction-work./5WC2C9395C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5WC2C9395C
   VI.4) Procedures for review
   VI.4.1) Review body:
             Homes England
       Fry Building, 2 Marsham Street, London, SW1P 4DF, United Kingdom
       Tel. +44 3001234500, Email: enquiries@homesengland.gov.uk
       Internet address: https://www.gov.uk/government/organisations/homes-england
   VI.4.2) Body responsible for mediation procedures:
             Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000
          Internet address: https://www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Initial requests for review should be raised within the Standstill Period via procurement@mungos.org FAO Head of Procurement.    
   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: 14/11/2018

Annex A


View any Notice Addenda

View Award Notice