London Boroughs of Richmond and Wandsworth: Winstanley and York Road Estates Regeneration

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Winstanley and York Road Estates Regeneration
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Mayor and Burgesses of the London Borough of Wandsworth (the "Council") are seeking a joint venture partner to deliver the regeneration of a 13 hectare (32 acre) site immediately to the north of Clapham Junction Station. The site comprises the majority of the existing Winstanley and York Road Estates and presents an outstanding opportunity to deliver new, high quality housing alongside a range of community, leisure and commercial uses within a designated Housing Zone adjacent to Clapham Junction Station, one of the most important transport hubs in London.
Published: 11/01/2016 22:49
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: Real estate services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wandsworth Borough Council
      The Town Hall, Wandsworth High Street, Wandsworth Town, London, SW18 2PU, United Kingdom
      Tel. +44 2088715073, Email: npenseh@wandsworth.gov.uk, URL: www.wandsworth.gov.uk
      Contact: Central Procurement Team, Attn: Nana Penseh
      Electronic Access URL: https://www.delta-esourcing.com/respond/M54258ZCQQ
      Electronic Submission URL: https://www.delta-esourcing.com/respond/M54258ZCQQ

      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: Winstanley and York Road Estates Regeneration
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI11 - Inner London - West         
      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. Construction-related services. Architectural, construction, engineering and inspection services. Project and design preparation, estimation of costs. Residential homes construction work. Architectural, engineering and planning services. Construction work for multi-dwelling buildings and individual houses. Construction project management services. Development services of real estate. Development of residential real estate. Development of non-residential real estate. Demolition work. Construction work for houses. Houses construction work. Flats construction work. Multi-functional buildings construction work. Urban development construction work. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Construction work of leisure facilities. Leisure centre construction work. Construction work for commercial buildings. Site preparation work. Site preparation and clearance work. Residential property services. Non-residential property services. Commercial property management services. Building construction work. The Mayor and Burgesses of the London Borough of Wandsworth (the "Council") are seeking a joint venture partner to deliver the regeneration of a 13 hectare (32 acre) site immediately to the north of Clapham Junction Station. The site comprises the majority of the existing Winstanley and York Road Estates and presents an outstanding opportunity to deliver new, high quality housing alongside a range of community, leisure and commercial uses within a designated Housing Zone adjacent to Clapham Junction Station, one of the most important transport hubs in London.
         
      II.1.6)Common Procurement Vocabulary:
         70000000 - Real estate services.
         
         45000000 - Construction work.
         
         71500000 - Construction-related services.
         
         71000000 - Architectural, construction, engineering and inspection services.
         
         71242000 - Project and design preparation, estimation of costs.
         
         45215214 - Residential homes construction work.
         
         71240000 - Architectural, engineering and planning services.
         
         45211000 - Construction work for multi-dwelling buildings and individual houses.
         
         71541000 - Construction project management services.
         
         70110000 - Development services of real estate.
         
         70111000 - Development of residential real estate.
         
         70112000 - Development of non-residential real estate.
         
         45111100 - Demolition work.
         
         45211100 - Construction work for houses.
         
         45211300 - Houses construction work.
         
         45211341 - Flats construction work.
         
         45211350 - Multi-functional buildings construction work.
         
         45211360 - Urban development construction work.
         
         45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
         
         45212100 - Construction work of leisure facilities.
         
         45212110 - Leisure centre construction work.
         
         45213100 - Construction work for commercial buildings.
         
         45100000 - Site preparation work.
         
         45111200 - Site preparation and clearance work.
         
         70331000 - Residential property services.
         
         70332000 - Non-residential property services.
         
         70332200 - Commercial property management services.
         
         45210000 - Building construction work.
         

      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: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation         
         Estimated value excluding VAT: 900,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   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:
      As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation
      
      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 Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation      
      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 and the Invitation to Participate in Dialogue Documentation         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation
      
      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 and the Invitation to Participate in Dialogue Documentation         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation      
      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: No       
      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: No
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: 5 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         As set out in the Pre-Qualification Questionnaire and the Invitation to Participate in Dialogue Documentation      
      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 246 - 447380 of 19/12/2015
               
         Other previous publications: No                

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



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 12/02/2016
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/03/2016      
      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: 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: In order to deliver its strategic objectives, the Council is seeking a Partner to enter into a 50/50 JV with the Council. The selected Partner will have the financial capability, technical resource and experience to deliver a new neighbourhood of the highest quality. The core aspiration is to meet the long term needs of existing and future residents, and realise the full potential of this highly accessible location.
The joint venture will be tasked with delivering the Council’s key strategic objectives for the Winstanley and York Road Estates as set out in Council Committee Papers (15-8, 26th January 2015 and 15-314, 21st September 2015). These are:
- tackling the range of issues that are contributing to levels of deprivation and lack of opportunities on the Winstanley and York Road Estates and to effect the regeneration of the site;
- creating a better quality living environment, with a key focus on the site, but also recognising the benefits of improvement that could and need to be achieved in the surrounding area (e.g. improving connectivity and crossing areas across York Road and tackling the Falcon Road under pass);
- improving the design and layout of the neighbourhood of the site;
- securing greater permeability through the site and between the site and the wider neighbourhood and in particular better linkages and a clear and attractive route through the site between the new properties along the riverside and Clapham Junction;
- generating economic growth and new employment opportunities particularly for local residents;
- improving and diversifying the commercial and retail offer available at the site and in particular, boosting the retail offer generally at the site including along Falcon Road;
- securing additional housing through quality layout, build and design and securing a greater housing choice for local residents and workers through maximising the delivery of low cost housing choices and tenures as well as replacement social housing and delivering market housing for sale and for rent;
- securing new high quality and high performing housing built to the London Mayor's Design Guide Standards;
- addressing local housing needs and requirements, with a particular focus on providing suitable housing for older, disabled and overcrowded households;
- reducing long term maintenance and running costs for the Council's stock, significantly improving the energy efficiency of the stock and maximising the use of the Council's assets;
- creating through the development and regeneration, a strong and coherent sense of place where local residents want to live, now and in the future; and
- by achieving these objectives realise a thriving and sustainable mixed neighbourhood.

The Council shall conduct the procedure in accordance with the Competitive Dialogue procedure pursuant to the Public Contracts Regulations 2015. The procedure will take place in successive stages, reducing the number of solutions to be discussed by applying the award criteria described within the procurement documents.
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./M54258ZCQQ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M54258ZCQQ
GO-2016111-PRO-7561911 TKR-2016111-PRO-7561910
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court
      Royal Courts of Justice, The Strand, Charing Cross, London, WC2A 2LL, United Kingdom
      Tel. +44 20794760000, URL: http://www.justice.gov.uk

      VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contracts is communicated to tenderers.

Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules 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 the Council to 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 relevant Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above 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: 11/01/2016

ANNEX A

View any Notice Addenda

View Award Notice