Haringey Council: Hornsey Town Hall Regeneration Project

  Haringey Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Hornsey Town Hall Regeneration Project
Notice type: Contract Notice
Authority: Haringey Council
Nature of contract: Works
Procedure: Competitive Dialogue
Short Description: The Mayor and Burgesses of the London Borough of Haringey (the "Contracting Authority") is seeking to procure a development partner to deliver the regeneration of the Hornsey Town Hall site (the "Site"). The Site is situated at Crouch End, a desirable and affluent part of the London Borough of Haringey located approximately 6 miles (10 km) north of central London. The Contracting Authority is seeking, through a competitive dialogue procurement process, to identify the development partner(s) who will, by way of innovative solutions, redevelop the site and restore the Town Hall in a way that respects its listed status and safeguards its future. This includes securing an appropriate operator(s) to occupy any non-residential space. The Site includes the Grade II* listed Town Hall and Grade II listed Town Hall Annex (together comprising circa 5,200 square metres net internal area). The Town Hall currently sits on English Heritage's 'Buildings at Risk' register. The Site also includes a series of ancillary buildings, a public square and a cleared development site of circa 3,622 square metres to the rear. Planning consent exists for the redevelopment of the Site for mixed-use development, comprising the demolition of some existing buildings, conversion/alterations of retained buildings, and erection of new buildings for 123 no. residential dwellings, as well as D1, A1/3/4, B1, D1/2, and sui generis uses. A planning condition links the development of the land to the rear and the refurbishment of the Town Hall in one project. The Council has implemented this planning consent through the carrying out of a material operation (as defined in section 56(4) of the Town and Country Planning Act 1990) being the demolition of one of the buildings within the Site. The Contracting Authority is flexible to revised development proposals coming forward (subject to planning), although, as a condition of contract, the Contracting Authority will include a requirement to maintain some degree of public access and use within the Town Hall itself. The Contracting Authority will transfer control of the Site to the development partner by way of a long lease subject to the terms of a Development Agreement. This short description of the project is for information purposes only and the Contracting Authority does not warrant or guarantee the accuracy or completeness of this information at this stage. Further details about the project will be set out in the Pre-Qualification Questionnaire (the "PQQ") and the accompanying memorandum of information, which may be obtained as directed in Section VI.3 of this notice.
Published: 11/11/2015 13:14
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: Construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Mayor and Burgesses of the London Borough of Haringey
      Floor 4, Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
      Email: HTHProcurement@haringey.gov.uk, URL: www.haringey.gov.uk
      Contact: Construction Procurement Group, Attn: Construction Procurement Group
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Hornsey Town Hall Regeneration Project
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Design and Execution

         Region Codes: UKI21 - Outer London - East and North East         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Construction work. Urban development construction work. Repair and maintenance services. Real estate services. Hotel, restaurant and retail trade services. Refurbishment work. Overhaul and refurbishment work. Recreation centre construction work. Construction work for art and cultural buildings. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Development services of real estate. Buildings of particular historical or architectural interest. The Mayor and Burgesses of the London Borough of Haringey (the "Contracting Authority") is seeking to procure a development partner to deliver the regeneration of the Hornsey Town Hall site (the "Site"). The Site is situated at Crouch End, a desirable and affluent part of the London Borough of Haringey located approximately 6 miles (10 km) north of central London.

The Contracting Authority is seeking, through a competitive dialogue procurement process, to identify the development partner(s) who will, by way of innovative solutions, redevelop the site and restore the Town Hall in a way that respects its listed status and safeguards its future. This includes securing an appropriate operator(s) to occupy any non-residential space.

The Site includes the Grade II* listed Town Hall and Grade II listed Town Hall Annex (together comprising circa 5,200 square metres net internal area). The Town Hall currently sits on English Heritage's 'Buildings at Risk' register. The Site also includes a series of ancillary buildings, a public square and a cleared development site of circa 3,622 square metres to the rear.

Planning consent exists for the redevelopment of the Site for mixed-use development, comprising the demolition of some existing buildings, conversion/alterations of retained buildings, and erection of new buildings for 123 no. residential dwellings, as well as D1, A1/3/4, B1, D1/2, and sui generis uses. A planning condition links the development of the land to the rear and the refurbishment of the Town Hall in one project.

The Council has implemented this planning consent through the carrying out of a material operation (as defined in section 56(4) of the Town and Country Planning Act 1990) being the demolition of one of the buildings within the Site.

The Contracting Authority is flexible to revised development proposals coming forward (subject to planning), although, as a condition of contract, the Contracting Authority will include a requirement to maintain some degree of public access and use within the Town Hall itself. The Contracting Authority will transfer control of the Site to the development partner by way of a long lease subject to the terms of a Development Agreement.

This short description of the project is for information purposes only and the Contracting Authority does not warrant or guarantee the accuracy or completeness of this information at this stage. Further details about the project will be set out in the Pre-Qualification Questionnaire (the "PQQ") and the accompanying memorandum of information, which may be obtained as directed in Section VI.3 of this notice.
         
      II.1.6)Common Procurement Vocabulary:
         45000000 - Construction work.
         
         45211360 - Urban development construction work.
         
         50000000 - Repair and maintenance services.
         
         70000000 - Real estate services.
         
         55000000 - Hotel, restaurant and retail trade services.
         
         45453100 - Refurbishment work.
         
         45453000 - Overhaul and refurbishment work.
         
         45212172 - Recreation centre construction work.
         
         45212300 - Construction work for art and cultural buildings.
         
         45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
         
         70110000 - Development services of real estate.
         
         45212350 - Buildings of particular historical or architectural interest.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The total scheme cost is estimated to be between 100,000,000 and 150,000,000 GBP, none of which is payable by the council. The total cost will be dependent on a number of factors including market conditions and the nature of development scheme promoted by the development partner.                  
         Estimated value excluding VAT:
         Range between: 100,000,000 and 150,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A performance bond or parent company guarantee may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the Invitation to Submit Detailed Solutions ("ISDS") documents to be issued by the Contracting Authority.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Contracting requires the lead member of any Consortium bid to be fully and entirely responsible for the delivery of every element of each member of the Consortium’s obligations (both during construction and operation), as appropriate.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As set out in the ISDS..      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      As set out in the Pre-Qualification Questionnaire ("PQQ").      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualification Questionnaire ("PQQ").         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire ("PQQ").
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualification Questionnaire ("PQQ").         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire ("PQQ").      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 6      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2015/S 199 - 360357 of 14/10/2015
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 14/12/2015
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 14/12/2015
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 15/01/2016      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.1. To express an interest in this project, economic operators are required to upload a Pre-Qualification Questionnaire ("PQQ") to the Contracting Authority's Delta e-procurement portal to arrive no later than 17.00 on 14 December 2015. The PQQ is accessible from the Contracting Authority's e-portal at http://www.delta-esourcing.com (the "E-Portal").
2. Economic operators should note that the Contracting Authority intends to conduct this entire procurement through the E-Portal. In order to obtain the PQQ and participate in this process, economic operators will need to register on the e-portal and follow the instructions set out at the e-portal. In case of technical difficulties, the helpdesk can be contacted by telephone on 0845 270 7050. The Delta Helpdesk is open from 8.30 to 17.30
Monday to Friday excluding bank holidays.
3. Economic operators are requested to submit any queries in relation to this project, the PQQ or this notice through the E-Portal, and in particular are requested not to use the details at Section I.1 of this notice or other means to contact the Contracting Authority in respect of this procurement.
4. It is anticipated that the Invitation to Submit Detailed Solutions (the "ISDS") will be issued to shortlisted applicants on or around 15/01/15. The Contracting Authority reserves the right to vary this date and any other procurement timescales or arrangements, whether set out in this notice or identified later.
5. The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this notice and/or not to award any contract in respect of this contract. The Contracting Authority further reserves the right to award the Development Agreement or other contract in respect of part of the project only.
6. Full details of the scope and requirements for the project's completion will be set out in the tender documentation to be issued by the Contracting Authority.
7. All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the PQQ and all future stages of the selection, evaluation and award process. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.
8. The Contracting Authority notes that the reference in this notice to Directive 2004/18/EC now relates to Directive 2014/24/EU.
9. The Contracting Authority's minimum requirements in respect of variant bids (see Section II.1.9 of this notice) will be made clear in the relevant iterations of the procurement documents.
10. The Contracting Authority has carefully considered the feasibility of dividing the Development Agreement into lots but, after having carefully reviewed the relevant economic, financial and technical criteria needed to achieve a successful solution to this procurement, has decided that the division of this procurement into lots would not be appropriate.
11. The Contracting Authority does not anticipate requiring variants but reserves the right to do so.
12. The Contracting Authority reserves the right require the performance of certain works under this Project to be reserved to particular qualified professionals.
13. For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./7523HD85YU
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./7523HD85YU

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7523HD85YU
GO-20151111-PRO-7310180 TKR-20151111-PRO-7310179
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court
      Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000

      VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum standstill period of ten (10) calendar days from the point at which information on the award of the Development Agreement is communicated to tenders. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why such applicants were unsuccessful.

In the event an appeal regarding the award of the Development Agreement is not successfully resolved, the Public Contracts Regulations 2015 (SI 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order that the Contracting Authority amend any document and may award damages. If the contract has been entered into, the court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the aforementioned is to allow the parties to apply to the courts to set aside the award decision before the contract is entered into.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 11/11/2015

ANNEX A

View any Notice Addenda

View Award Notice