Concession notice
Section I: Contracting
authority/entity
I.1) Name and addresses
One Housing (which includes its subsidiaries and group companies)
100 Chalk Farm Road, Camden Town
London
NW1 8EH
UK
Contact person: Daniela Columbano — Savills (Buyer's Agent)
E-mail: DColumbano@savills.com
NUTS: UK
Internet address(es)
Main address: https://www.onehousing.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Juniper Crescent and Gilbeys Yard Regeneration Development Partner — Property/Asset JV Company
II.1.2) Main CPV code
70111000
II.1.3) Type of contract
Works
II.1.4) Short description
The Authority is seeking to appoint a partner to form a long term corporate joint venture (on a 50:50 ownership basis) to secure investment and expertise to deliver the Authority's redevelopment of Juniper Crescent and Gilbeys Yard. The redevelopment is expected to deliver in the region of 650-700 mixed tenure new homes. The scheme will involve opportunities for development sales in partnership with the Authority. The concession will run for a period of at least 5 years, to reflect the envisaged construction period and the JV vehicle's long-term interest in and ownership of the properties.
II.1.5) Estimated total value
Value excluding VAT:
410 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70000000
71000000
70110000
70111000
70121100
71315200
71315300
71410000
90712100
71313420
71313400
71200000
71222000
71420000
45112700
45112710
45112711
71520000
71521000
71500000
73220000
79410000
79412000
79418000
45111000
45211340
45211350
45211360
71314200
71314300
65300000
II.2.3) Place of performance
NUTS code:
UKI31
Main site or place of performance:
Juniper Crescent and Gilbeys Yard, The London Borough of Camden
II.2.4) Description of the procurement
The Authority is seeking a developer partner to jointly deliver the regeneration of Juniper Crescent and Gilbeys Yard. Following a resident led Options Appraisal process, the preferred option selected is full redevelopment of the estates. This option would result in the existing 202 homes over the two sites being replaced with new neighbourhoods of 650-700 homes. This includes re-providing existing homes, as well as developing new affordable and private homes. The London Borough of Camden’s recently adopted planning framework for the Camden Goods Yard area, also supports the full redevelopment of the estates.
The Authority is seeking a partner who is able to jointly meet the requirements of the project in terms of design, planning, construction and sales over a long period.
The Authority has made a commitment to re-provide the existing affordable homes with no loss of affordable floor space and meeting housing need. The Authority’s aim is to maximise the amount of affordable housing provided in the redevelopment and is targeting in the region of 50 % of the redevelopment to be affordable through the provision of additional affordable rent and intermediate homes. It is the Authority's intention to own and manage all of the replacement affordable housing.
The final JV structure will be developed through the tender process. The Authority will play an active role in delivering the regeneration including funding the project at risk. It also expects to have transparency in the delivery of the project to ensure that the best outcomes are achieved for the local community. With this in mind, the current expectation is that a corporate joint venture, established as an LLP, will provide the Authority with a delivery structure to achieve those objectives. The Authority would prefer a financial structure in which a capital land receipt is paid at the start of the development. However, variant bids will be considered. Further information about the scope of variant bids will be provided at tender stage. A set of initial Heads of Terms setting this out in more detail is available, along with other documentation.
II.2.6) Estimated value
Value excluding VAT:
410 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 180
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
The estimated values in II.1.5) and II.2.6) represent the potential commercial value of the development. However, potential returns will depend on many commercial factors (but not limited to) the performance of the developer and market conditions. Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity and the scheme as a whole.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2.2) Contract performance conditions
The partner will be required to provide services including (but not limited to)
— master planning,
— strategic development consultancy advice,
— environmental consultancy advice,
— technical and building services,
— architectural design,
— urban design and landscaping,
— physical construction and development,
— marketing and disposal of development assets.
The partner may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
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:
06/12/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Concession Contracts Regulation 2016 (CCR 2016) applies to the award. The Authority intends to follow a process set out in the procurement documents. Award criteria and further concession documents will be provided at the start of the invitation to tender stage to bidders that are shortlisted to participate. Expressions of interest applications must be by way of completion and return of the Selection Questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit in Section IV.2.2) above). The SQ is available via https://www.mytenders.co.uk. The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this concession notice
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=213756
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:213756)
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 47 (Notice of decision to award a concession contract); Regulation 48 (Standstill Period) and Regulation 52 to 63 of the Concession Contracts Regulations 2016 (CCR 2016).
Following any decision to award the concession contract, the Contracting Authority will providing debriefing information to unsuccessful bidders (in accordance with Regulation 47 CCR 2016) and observe a minimum 10 day standstill period (in accordance with Regulation 48 CCR 2016) before the concession contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, Westminster
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
07/11/2018