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 Notice

Juniper Crescent and Gilbeys Yard Regeneration Development Partner — Property/Asset JV Company

  • First published: 09 November 2018
  • Last modified: 09 November 2018

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:
One Housing Group
Authority ID:
AA23084
Publication date:
09 November 2018
Deadline date:
06 December 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

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
71520000 Construction supervision services Construction-related services
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
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
79418000 Procurement consultancy services Business and management consultancy services
70000000 Real estate services Construction and Real Estate
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:
DColumbano@savills.com
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.