Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Havering Estate Regeneration Partner – Property/Asset JV Company

  • First published: 16 April 2021
  • Last modified: 16 April 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
London Borough of Havering
Authority ID:
AA22068
Publication date:
16 April 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Further info is at https://www.havering.gov.uk/downloads/download/876/veat_notice_supplement_documents

The Council has:

1) Made additional GBP 58.3 million equity funding available to JV. Also, refreshed JV business plan (BP) to include Council forward funding of GBP 45.4 million for phase 1 (in the light of additional 53 affordable housing units and reduction of open market units from 1085 to 934, changes to design and other factors);

2) Refreshed JV BP to remove Delta estate;

3) Refreshed JV BP to include addition of further sites;

4) Amended DA to bring forward timing of demolition of Waterloo Estate and Council providing additional GBP 7.8 million financing in place of debt funding (some changes to be made by variation to the DA and a new supplemental dev agreement with JV).

Full notice text

Concession award notice

Results of the procurement procedure

Section I: Contracting authority/entity

I.1) Name and addresses

London Borough of Havering

Romford

RM1 3BD

UK

Contact person: Maria Faheem

E-mail: Maria.Faheem@havering.gov.uk

NUTS: UKI52

Internet address(es)

Main address: www.havering.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Havering Estate Regeneration Partner – Property/Asset JV Company

II.1.2) Main CPV code

45211340

 

II.1.3) Type of contract

Works

II.1.4) Short description

LB of Havering (‘the Council’) entered into a contract for up to 30 years for a partner to form a long-term corporate joint venture (‘JV’) property vehicle to secure investment and expertise to deliver Havering’s housing led regeneration strategy, entered into 27 April 2018 (‘the Contract’). The opportunity was advertised in OJEU (2017/S 094-185114) and procured under the Concession Contracts Regulations 2016. Further details of the original Contract are in that OJEU Notice. The Contract includes a Members’ Agreement (MA) and Development Agreement (DA) with the JV LLP and other ancillary documents.

The Council has made additional funding available, refreshed the JV’s business plan and modified the DA. Further information can be found in the Council’s supplement document, at the web address in section II.2.4) below.

The information in the supplement document should be read in conjunction with this notice and both documents should be considered as a whole.

II.1.5) Estimated total value

Value excluding VAT: 1 177 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 177 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45112700

45112710

45112711

45211300

45211341

45211350

45211360

45212000

45213100

45213112

45213150

45223300

65300000

70000000

70110000

70111000

70121100

70331000

70332200

71000000

71200000

71222000

71313400

71313420

71314200

71314300

71315200

71315300

71410000

71420000

71500000

71520000

71521000

73220000

79410000

79412000

79418000

90712100

45111000

II.2.3) Place of performance

NUTS code:

UKI52


Main site or place of performance:

The London Borough of Havering.

II.2.4) Description of the procurement

Further info is at https://www.havering.gov.uk/downloads/download/876/veat_notice_supplement_documents

The Council has:

1) Made additional GBP 58.3 million equity funding available to JV. Also, refreshed JV business plan (BP) to include Council forward funding of GBP 45.4 million for phase 1 (in the light of additional 53 affordable housing units and reduction of open market units from 1085 to 934, changes to design and other factors);

2) Refreshed JV BP to remove Delta estate;

3) Refreshed JV BP to include addition of further sites;

4) Amended DA to bring forward timing of demolition of Waterloo Estate and Council providing additional GBP 7.8 million financing in place of debt funding (some changes to be made by variation to the DA and a new supplemental dev agreement with JV).

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 360

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Est value in II.1.7) and V.2.4) is projected value of modified contract.

Please note, the duration field takes into account the fact that the concession started 11 December 2020.

Section IV: Procedure

IV.1) Description

IV.1.1) Form of procedure

Award procedure without prior publication of a concession notice in the cases listed below (please complete Annex D4)

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation

Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive:

Assessed individually and cumulatively, items 1–5 (as referred to in II.2.4) are all within the scope of the original OJEU/procurement and would not have affected the outcome (‘Procurement Outcome’).

The Council additionally/alternatively relies on Reg. 43(1)(a) (clear, precise, unequivocal review clauses), (c) (unforseeability), (e) (non substantial amendments — i.e. there is no material change in character of the contract, no considerable extension of scope, no distortion of competition and no change in the economic balance in favour of the contractor) and also Reg. 31(6)(b)(ii) as further described below:

The forward funding described in Change 1 and also Changes 2 and 3 are part of the annual business plan refresh, are within procurement scope and do not result in a change to the contract.

1) Re. additional equity funding: there is no increase in the Council’s peak net investment, no impact on the risk profile and no change in the economic balance. No change to the contract.

Re. forward funding: this is required due to a stagnant housing market eroding land value (impacting viability), build cost inflation, design enhancements, reduction in private sale cross subsidy and more affordable and family sized housing. These features would have applied to all bidders and the Council considers the Procurement Outcome would not have been impacted. Further, schedule 8, para 1.3 included scope to adjust Low Cost Unit Sum pursuant to VFM Standard and Code of Practice of Homes and Communities Agency;

2) Re. removal of the delta estate from current programme; this is a development phasing detail as no commitment was made to developing out the delta estate at this point in time, it was not tested as a sample scheme during the procurement process. Neither bidding behaviour nor Procurement Outcome would have been impacted;

3) Re. additional sites, these were within the OJEU notice scope and are similar to the sample sites tested as part of the procurement. Their delivery is consistent with financial and technical commitments in the tender to apply to subsequent schemes. The addition of further sites was transparently set out in the procurement documentation, is subject to an agreed mechanism and was incorporated into the evaluation questions. The Council alternatively relies on Reg 43(1)(a) (clear, precise, unequivocal review clauses).

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 094-185114

Section V: Award of contract

Title: Havering Estate Regeneration Partner – Property/Asset JV Company

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Wates construction Ltd

Leatherhead

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 1 177 000 000.00  GBP

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The high court of justice

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 49-64 (Applications to the Court) of the Concession Contracts Regulations 2016 (‘CCR’).

Cont from Annex D4 (expl. for type of procedure) (Section IV.1.1.):

4) OJEU notice contained demolition CPV and DA included demolition obligations. Council considered that bringing forward demolition and GBP 7.8 million financing would not impact on Proc outcome and was needed to expedite delivery and avoid additional costs. A change was made to DA and a new supplemental DA entered into re. this item alone. The procurement of an alternative contractor would have legal and financial ramifications for Council, would stall the 12 Site Regeneration Programme and would not be a reasonable alternative. The Council therefore further relied on Reg 31(6)(b)(ii);

5) Re. purchase of units and payment for NNP, Council also relied on: Reg 43(1)(c) - both changes were a reasonable and proportionate response to Covid (and needed to ensure the dev remains viable in current uncertain housing market). As per PPN01/20, changes are limited. The changes do not alter overall nature nor exceed original value by more than 50 %; Reg 43(1)(e) - NNP represents under 6 % of expected unit outputs;

Re. build contract sum, the Council accepted the risk of cost overruns, but any change was not substantial and surveys provide assurance on this. No impact on Proc Outcome; Reg 43(1)(a) – contract stated price to be paid on Practical Completion but envisaged a change could be made if provided in BP or agreed between parties.

6) The DA links 3 Sites (Napier New Plymouth, Serena Sunrise and Waterloo Phase 1) into Stage 1 and requires that the pre-conditions be satisfied in relation to all 3 sites and that the sites be drawn down together for development. The DA has been varied to allow each of the Stage 1 Sites to be drawn down separately (in an order to be agreed between the parties) rather than all of Stage 1 having to be drawn down together. No impact on Proc Outcome Reg. 43(1)(e) in terms of the requirement to build out all 3 sites remaining in place and it is still proposed that they will be developed in close proximity in programme.

Further information can be found in the Council’s supplement document.

VI.5) Date of dispatch of this notice

13/04/2021

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71315200 Building consultancy services Building services
70121100 Building sale services Building sale or purchase services
71315300 Building surveying services Building services
79410000 Business and management consultancy services Business and management consultancy and related services
70332200 Commercial property management services Non-residential property services
71520000 Construction supervision services Construction-related services
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
73220000 Development consultancy services Research and development consultancy services
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
65300000 Electricity distribution and related services Public utilities
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313420 Environmental standards for construction Environmental engineering consultancy services
79412000 Financial management consultancy services Business and management consultancy services
45211341 Flats construction work Construction work for multi-dwelling buildings and individual houses
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
71420000 Landscape architectural services Urban planning and landscape architectural services
45112700 Landscaping work Excavating and earthmoving work
45112710 Landscaping work for green areas Excavating and earthmoving work
45112711 Landscaping work for parks Excavating and earthmoving work
45211340 Multi-dwelling buildings construction work Construction work for multi-dwelling buildings and individual houses
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45223300 Parking lot construction work Structures construction work
79418000 Procurement consultancy services Business and management consultancy services
70000000 Real estate services Construction and Real Estate
70331000 Residential property services Property management services of real estate on a fee or contract basis
45213112 Shop units construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
90712100 Urban environmental development planning Environmental planning
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Maria.Faheem@havering.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.