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 |
View Full Notice
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