Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Stevenage Borough Council
Daneshill House, Danestreet,
Stevenage
SG1 1HN
UK
Contact person: Corporate Procurement
Telephone: +44 1438242775
E-mail: procurement@stevenage.gov.uk
NUTS: UKH23
Internet address(es)
Main address: www.stevenage.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
SBC1222 Provision of a development partner for Brent Court and Shepall View
Reference number: CCD01078
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The council are seeking a development partner to progress and develop out two sites that the council currently own. Site 1 Shephall View, 224-230 Bedwell Crescent Stevenage Herts SG1 1NG (22/00965/FPM): A mixed private sale/shared ownership scheme, consisting of 57 units (43 private sale and 14 shared ownership)Site 2 Brent Court, Silam Road Stevenage Herts SG1 1JN (22/00963/FPM): An affordable independent living scheme consisting of 96 unitsThe two schemes are linked together in planning and therefore need to be constructed together. The council are seeking to dispose of the Shephall View site and the Brent Court site, with a buyback agreement for Brent Court which the council reserves the right to exercise. The Council expects a JCT Design and Build contract to be entered into should the buy back option of Brent Court be triggered.
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The council are seeking a development partner to progress and develop out two sites that the council currently own. • Site 1: Shephall View, 224-230 Bedwell Crescent Stevenage Herts SG1 1NG (22/00965/FPM): A mixed private sale/shared ownership scheme, consisting of 57 units (43 private sale and 14 shared ownership)• Site 2: Brent Court, Silam Road Stevenage Herts SG1 1JN (22/00963/FPM): An affordable independent living scheme consisting of 96 unitsThe two schemes are linked together in planning and therefore need to be constructed together.The council are seeking to dispose of the Shephall View site and the Brent Court site, with a buyback agreement for Brent Court which the council reserves the right to exercise. The Council expects a JCT D&B contract to be entered into should the buy back option of Brent Court be triggered.This tender requires bidders to submit prices for the following1. Land disposal of Shephall View 2. Enhanced Deferred Land Value for Shephall View3. Land disposal of Brent Court4. A construction cost for building out the units at Brent Court for the councilThe land disposal(s) will be subject to approval of a detailed planning application and any construction contract will through a JCT Design and Build contract with amendments included within this pack.Shephall ViewThe proposed scheme may include 14 shared ownership units and 2 units which currently sit outside the current ownership of the council. The tenure mixes and units outside of the council ownership will be resolved at the point of contract, however for the purpose of this tender the council is seeking bidders to qualify an offer for various aspects, some of which will not be part of the price evaluation.In addition to this the council is seeking an Enhanced Deferred Land Value option to delay the land payment in return for an uplift in land value. Schedule 1 of the contract sets out the calculation and process for the Enhanced Deferred Land Value, bidders will be asked to complete these details as part of their price submission. All figures that are provided will need to be substantiated and SBC reserves the right to consult local market experts on submitted values and challenge any which are abnormally high.Brent CourtThe council intend to sell the land to the developer with an option to buy back at some point in the development process. The buyback of the land will be restricted in the contract to that of the sale price, and for avoidance of doubt the developer will not be able to sell back the land at a high value. Bidders will be expected to buildout the planning permissions in its current form. Bidders are expected to set out a programme for construction as part of their bid which should include any mobilisation periods.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
25 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
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:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/02/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/02/2023
Local time: 12:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council`s procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:30.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council`s obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council`s requirements and remain financially viable to fulfil the requirements under the Contract.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
22/12/2022