Stonewater Limited : North Street, Lower Horsebridge, Joint Venture

  Stonewater Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: North Street, Lower Horsebridge, Joint Venture
Notice type: Contract Notice
Authority: Stonewater Limited
Nature of contract: Works
Procedure: Negotiated
Short Description: Lower Horsebridge is a large greenfield site located in the village of Lower Horsebridge in the Wealden District. It lies one mile north-west of the town of Hailsham, eight miles north of the major town of Eastbourne, and 47 miles south of London. The site has the benefit of an outline planning consent for 130 dwellings WD/2019/1575/MAO. The permission sets out the following provision: •35% affordable housing; •5% serviced plots for custom and self-build units; •60 % open market housing. The site also has extant consents for 32 and 110 dwellings. The relevant planning permissions are: WD/2016/1948/MAO – outline consent for 110 dwellings WD/2017/1971/MAJ – full consent for 32 dwellings. Stonewater acquired the site on the basis of delivering all the homes for affordable housing. This is now not possible so Stonewater is looking to partner with a suitable quality housebuilder to act as lead Joint Venture (JV) partner to develop the site on a corporate JV basis.
Published: 30/11/2022 09:39
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-Leicester: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Limited
             Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
             Tel. +44 7387024336, Email: andrew.russell@stonewater.org
             Contact: Andrew Russell
             Main Address: https://www.stonewater.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: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./EDG3N474ZT
      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
            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: North Street, Lower Horsebridge, Joint Venture       
      Reference Number: 00102-DVP
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Lower Horsebridge is a large greenfield site located in the village of Lower Horsebridge in the Wealden District. It lies one mile north-west of the town of Hailsham, eight miles north of the major town of Eastbourne, and 47 miles south of London. The site has the benefit of an outline planning consent for 130 dwellings WD/2019/1575/MAO. The permission sets out the following provision:
•35% affordable housing;
•5% serviced plots for custom and self-build units;
•60 % open market housing.
The site also has extant consents for 32 and 110 dwellings. The relevant planning permissions are: WD/2016/1948/MAO – outline consent for 110 dwellings WD/2017/1971/MAJ – full consent for 32 dwellings. Stonewater acquired the site on the basis of delivering all the homes for affordable housing. This is now not possible so Stonewater is looking to partner with a suitable quality housebuilder to act as lead Joint Venture (JV) partner to develop the site on a corporate JV basis.       
      II.1.5) Estimated total value:
      Value excluding VAT: 35,125,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The intention is to complete this tender exercise as a Competitive Procedure, with Negotiation, in line with the instructions of the Public Contracts Regulations (2015).

Bidders will firstly be required to complete a Selection Questionnaire (SQ). The SQ is a standard format, required under UK guidelines and requires all bidders to provide key information about their organisation’s financial and legal standing, as well as references of current/previous customers and details of their current insurance policies. In addition to this, Stonewater have also included questions, scored as either a “Pass” or “Fail”, based on key organisational initiatives such as Corporate Social Responsibility (CSR) and Equality, Diversity and Inclusion (EDI), as well as broader questions on a bidder’s experience in relation to the requirement. The aim of this stage is to provide a shortlist of no more than 5 bidders for completing technical submissions. None of the questions stated in Document 3 of the tender pack should be completed at this stage.

The Invitation to Tender (ITT) requires all shortlisted bidders to respond to a series of technical questions related to the proposed project and their experience in delivering Joint Venture activities. The questions posed cover four category areas – Vison and Ethos, Stakeholder Engagement/Community, Sales and Marketing Approach and Social Value. Please refer to Document 3 in the tender pack for the individual questions and guidance on what is expected from each response.

PRICING ASSESSEMENT TO BE CONFIRMED – STONEWATER TO ISSUE AN ADDENDUM TO THE TENDER AFTER PUBLICATION, WHICH WILL PROVIDE THE NECESSARY DETAILS OF HOW COMMERCIAL BIDS WILL BE SCORED.

Based on the scores received from the ITT and pricing assessments, the 3 highest placed bidders will be invited to the negotiation stage of the process. This stage will be used by Stonewater to ask further questions for clarification on the below areas:

•Value maximisation – feeds in to the RM process below. To cover how bidders would go about VM, key areas to target etc.
•Reserved Matters process – what key areas would bidders focus on and what process/programme would bidders follow
•Social Value
•Environmental performance of scheme and what key aspirations/targets to achieve
•Legal review of documents provided as part of the ITT

The overall process will be scored against the Most Economically Advantageous Tender (MEAT) principle.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Submission of Responses to Stonewater's Invitation to Tender / Weighting: 70
                        
            Cost criterion - Name: Pricing Submission Against the Criteria stated in the Tender Pack / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 35,125,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      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:
       Not provided
      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: Not provided       


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       
      All conditions are stated in the LLP and Development Management Services Agreements, provided with the tender pack.          
      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: No.
   IV.1.5) Information about negotiation: No.
   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: 30/12/2022 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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-Leicester:-Construction-work./EDG3N474ZT

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EDG3N474ZT
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater Limited
       Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336, Email: andrew.russell@stonewater.org
       Internet address: https://www.stonewater.org/
   VI.4.2) Body responsible for mediation procedures:
             Stonewater Limited
          Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
          Tel. +44 7387024336, Email: andrew.russell@stonewater.org
          Internet address: https://www.stonewater.org
   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:
          Stonewater Limited
       Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336, Email: andrew.russell@stonewater.org
       Internet address: https://www.stonewater.org/
   VI.5) Date Of Dispatch Of This Notice: 30/11/2022

Annex A


View any Notice Addenda

View Award Notice