Haringey Delivery Vehicle Team: Haringey Development Vehicle

  Haringey Delivery Vehicle Team is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Haringey Development Vehicle
Notice type: Contract Notice
Authority: Haringey Delivery Vehicle Team
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Mayor and Burgesses of the London Borough of Haringey (the "Contracting Authority") are seeking to procure a strategic investment and development partner to establish the Haringey Development Vehicle (the “HDV”) which is anticipated to be a joint venture vehicle partnership between the Contracting Authority and a private sector partner or consortium. The London Borough of Haringey (the “Borough”) has huge potential for growth and is today seen as London’s next big growth opportunity. The Contracting Authority, in establishing the HDV, intends to facilitate estate renewal and brownfield regeneration to promote growth in jobs and housing on its land and to improve wider social and economic outcomes in the Borough. The Contracting Authority’s aim is that the HDV will drive development and deliver its goals – through innovative and financially sustainable development schemes. Overall, the HDV is intended to drive forward plans for at least 5,000 new homes and thousands of jobs on land owned by the Authority, creating more than £2 billion of development value. The Contracting Authority will commit assets and development sites to the HDV. The use of private sector funding and expertise will act as a catalyst in regenerating key areas in the Borough.
Published: 11/01/2016 10:30
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: Real estate services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Mayor and Burgesses of the London Borough of Haringey
      Civic Centre, High Road, London, N22 8LE, United Kingdom
      Email: DV@haringey.gov.uk, URL: http://www.haringey.gov.uk
      Contact: Dan Hawthorn
      Electronic Access URL: https://www.delta-esourcing.com/respond/B4NDUBKV7A
      Electronic Submission URL: https://www.delta-esourcing.com/respond/B4NDUBKV7A

      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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Haringey Development Vehicle
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI12 - Inner London - 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:
      Real estate services. Construction work. Development services of real estate. Development of residential real estate. Development of non-residential real estate. Residential property services. Non-residential property services. Commercial property management services. Financial and insurance services. Banking and investment services. The Mayor and Burgesses of the London Borough of Haringey (the "Contracting Authority") are seeking to procure a strategic investment and development partner to establish the Haringey Development Vehicle (the “HDV”) which is anticipated to be a joint venture vehicle partnership between the Contracting Authority and a private sector partner or consortium.
The London Borough of Haringey (the “Borough”) has huge potential for growth and is today seen as London’s next big growth opportunity. The Contracting Authority, in establishing the HDV, intends to facilitate estate renewal and brownfield regeneration to promote growth in jobs and housing on its land and to improve wider social and economic outcomes in the Borough. The Contracting Authority’s aim is that the HDV will drive development and deliver its goals – through innovative and financially sustainable development schemes. Overall, the HDV is intended to drive forward plans for at least 5,000 new homes and thousands of jobs on land owned by the Authority, creating more than £2 billion of development value. The Contracting Authority will commit assets and development sites to the HDV. The use of private sector funding and expertise will act as a catalyst in regenerating key areas in the Borough.
         
      II.1.6)Common Procurement Vocabulary:
         70000000 - Real estate services.
         
         45000000 - Construction work.
         
         70110000 - Development services of real estate.
         
         70111000 - Development of residential real estate.
         
         70112000 - Development of non-residential real estate.
         
         70331000 - Residential property services.
         
         70332000 - Non-residential property services.
         
         70332200 - Commercial property management services.
         
         66000000 - Financial and insurance services.
         
         66100000 - Banking and investment services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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 Contracting Authority is seeking, through a Competitive Dialogue Procurement process, to identify a partner(s) who will, by way of innovative solutions, deliver development opportunities and economic growth through financially sustainable schemes and place making proposals to improve social outcomes in the Borough. This regeneration and development programme may include but is not limited to housing and residential accommodation, office and business development; retail and commercial development; car parking and infrastructure.

Alongside investment, it is anticipated that the private sector partner will provide, or will secure the provision of: development management, asset management, fund management, management of residential accommodation and development/contractor services (including but not limited to construction work, real estate services, development services of real estate, development of residential real estate, development of non-residential real estate, residential property services, non-residential property services, commercial property management services, large scale mixed use regeneration, estate renewal, town centre regeneration, urban development, residential and commercial management). It is envisaged that the private sector partner will receive fees for providing the above services with remuneration based on incentivised targets.

The Contracting Authority anticipates that HDV will be formed between the Contracting Authority and a private sector strategic partner or consortium and currently envisages a 50:50 form of joint venture vehicle for the specific purpose of carrying out regeneration and development. The exact form of the joint venture vehicle, any shareholding (if applicable) and the contract structure shall be discussed with Bidders during the Competitive Dialogue Procedure. It may be that specific projects are undertaken by subsidiaries of the HDV.

Whilst the Contracting Authority envisages a contract period of approximately 15 (fifteen) to 20 (twenty) years with an option to extend the contract period in short periods or an overall extension up to 10 (ten) years, the actual period will be determined by best value considerations during the Competitive Dialogue Procedure and may also be dependent on financial market conditions.

The estimated total development value of the schemes is approximately between 500,000,000 GBP and 2,000,000,000 GBP. The reason for this range is due to a range of factors which include but are not limited to the lifespan of the HDV and the potential number, size, value and class of assets which may transfer into (or which may otherwise be developed or managed) by the HDV (see Section II.1.5).

The Contracting Authority currently has three categories of sites that it may transfer to the HDV as part of this project. Category 1 sites are pre-identified land and assets owned by the Contracting Authority that the Contracting Authority anticipates transferring to the HDV. Category 1 sites are sites that the Contracting Authority considers to be priority areas for regeneration that can significantly deliver its aspirations to deliver homes, jobs and socio economic benefits. Category 2 sites are pre-identified sites and assets that may be transferred to the HDV and are subject to further review by the Contracting Authority. Category 3 sites are sites and assets that as yet have not been identified or not yet acquired by the Contracting Authority but they may be suitable for development and inclusion with the HDV's work. The contents of each Category shall be subject to further dialogue.

The Council will contribute development sites and a commercial portfolio to the HDV. The private sector partner will be required to input funding to match the Council’s equity interest and potentially procure additional funding on a debt basis.      
      
      II.2.2)Options: Yes
         If yes, description of these options: The Contracting Authority anticipates discussing with Bidders during the Competitive Dialogue Procedure the possibility of being granted option(s) to extend the contract period in short periods or an overall extension up to 10 (ten) years.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 360 (from the award of the contract)

   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:
      Selection criteria as stated in the procurement documentsParent company guarantees, deposits, bonds or other forms of appropriate security may be required as set out in the tender documents and the financing conditions and payment arrangements are as described in the tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Parent company guarantees, deposits, bonds or other forms of appropriate security may be required as set out in the tender documents and the financing conditions and payment arrangements are as described in the tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a successful consortium bid, the Contracting Authority may specify that the consortium member takes a particular legal form and/or requires that a single consortium member takes primary liability or that each member undertakes joint and several liability irrespective of the legal form adopted. Where a subsidiary company or SPV is used, the ultimate parent company may be required to provide a guarantee in respect of the performance of the contract by the subsidiary or SPV before acceptance.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The selected partner may be required to actively participate in the achievement of social and/or environmental policy objectives. Accordingly, contract performance conditions may relate in particular to social, environmental and/or corporate social responsibility considerations. Further details will be set out in the tender documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      In accordance with Article 57 of Directive 2014/24/EU and Regulation 57 of the Public Contracts Regulations 2015. Details of the conditions will be set out in the tender documents      
      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:
         Selection criteria as stated in the procurement documents         
         Minimum Level(s) of standards possibly required:
         Selection criteria as stated in the procurement documents
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Selection criteria as stated in the procurement documents         
         Minimum Level(s) of standards possibly required:
         Selection criteria as stated in the procurement documents      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: 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: 6 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         As set out within the tender documents      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Not Provided   
   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: Not Provided
   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 233 - 422776 of 30/11/2015
               
         Other previous publications: No                

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

      Date: 17/02/2016
      Time-limit for receipt of requests for documents or for accessing documents: 17:00      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/02/2016
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 21/03/2016      
      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: Not Provided
   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: For more information about this opportunity, please visit the Delta eSourcing portal
https://www.delta-esourcing.com/respond/B4NDUBKV7A

The Contracting Authority is holding the following events in relation to this opportunity:
(1) Bidders day on 1 February 2016
If you wish to attend this event please confirm via the electronic Delta e-sourcing portal.

The PQQ is available online via https://www.delta-esourcing.com/respond/B4NDUBKV7A from the date of dispatch of this notice. An appendix detailing all other available documents is appended to the PQQ guidance notes. Expressions of interest must be lodged by way of completion and return of the PQQ by the time and date specified in Section IV 3.4. The ITPD explains the general approach to dialogue on this project and has been included for Bidders' information only at this stage and does not amount to an invitation to commence dialogue. The Contracting Authority will evaluate Bidders' PQQ responses in accordance with the PQQ and, following the evaluation, will draw up a long list of Bidders. The Contracting Authority then intends to issue an Invitation to Submit Outline Solutions ("ISOS") to the long listed Bidders to commence dialogue and invite them to submit outline solutions on this project in accordance with the ITPD and the ISOS.

The Contracting Authority reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Contracting Authority shall not be liable under any circumstances for any costs, charges or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.

Bidders should note that this procurement is not being conducted on behalf of other purchasing contracting authorities, within the meaning of the Public Contracts Regulations 2015.
Please note that all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only and the Contracting Authority reserves the right to change any or all of them.

Bidders should note that this procurement is not open to other purchasing contracting authorities.

Bidders are advised that the Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Impact Regulations 2004 (EIR). If a Bidder considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Contracting Authority shall take such statements into consideration in the event that it receives a request pursuant to FOIA and/or the EIR which relates to the information provided by the interested party. However, if the information is requested the Contracting Authority may be forced to disclose such documentation, irrespective of a Bidder's wishes. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.

Bidders are advised that pursuant to the Local Government Transparency Code 2014, local authorities are also required to publish details of any contract, commissioned activity, purchase order, framework agreement and any other legally enforceable agreement with a value that exceeds £5,000. The Contracting Authority is also subject to the reporting requirements set out in Regulations 83 and 84 of the Public Contracts Regulations 2015. The Contracting Authority reserves the right to publish details as required pursuant to the Local Government Transparency Code 2014 and the Public Contracts Regulations 2015.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./B4NDUBKV7A

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B4NDUBKV7A
GO-2016111-PRO-7560594 TKR-2016111-PRO-7560593
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, Strand, London, WC2A 2LL
      Tel. +44 2079477882, URL: www.justice.gov.uk

      VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2015 a standstill period of a minimum of 10 calendar days will be applied starting from the date when the award decision is dispatched to Bidders. This period allows unsuccessful Bidders to consider the decision and highlight any errors in the award process. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought generally within 30 days from the date of notification of the award decision.   
   
      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: 11/01/2016

ANNEX A

View any Notice Addenda

View Award Notice