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

South Thamesmead Phases 2 and 3 Joint Venture Partnership

  • First published: 18 November 2021
  • Last modified: 18 November 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:
Peabody Trust
Authority ID:
AA70470
Publication date:
18 November 2021
Deadline date:
20 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

50:50 joint venture (‘JV’) between Peabody and a private sector partner (‘PSP’) to deliver phases 2 and 3 of the South Thamesmead regeneration project.

It is anticipated that the PSP will provide finance, and development management and sales & marketing services to the JV, and may provide construction services.

In total the Development Site is estimated to have capacity for c 730 homes and c 1,000 square foot of community space (the latter assumed to be delivered in Phase 2).

Phase 2 benefits from an outline planning consent for delivery of up to 329 homes and up to 1,050 square metres of commercial floorspace (London Borough of Bexley ref. 16/01287/OUTM). Recent scheme testing estimates capacity for Phase 3 at c 400 homes.

Phase 3 is part of a separate outline application currently being determined by the local planning authority, across a wider area, for up to 1,950 homes and 3,225 square metres of commercial floorspace (ref. 21/01948/OUTEA).

Continued at section III 1.1)

Full notice text

Concession notice

Section I: Contracting authority/entity

I.1) Name and addresses

Peabody Trust

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

UK

Contact person: Adam Compton

Telephone: +44 2038284233

E-mail: adam.compton@peabody.org.uk

NUTS: UKI6

Internet address(es)

Main address: www.peabody.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-construction-work./2ND68B5HZ8


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

Other: Housing Association

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South Thamesmead Phases 2 and 3 Joint Venture Partnership

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Peabody is seeking to establish a 50:50 joint venture (‘JV’) between Peabody and a private sector partner (‘PSP’) to deliver phases 2 and 3 of the South Thamesmead regeneration project, at Harrow Manorway, near Abbey Wood, SE2 9LH (the ‘Development Site’). The Development Site totals circa 3.1 hectares (7.7 acres) split between a northern plot (Phase 2, c 1.7 ha (4.6 ac)) and southern plot (Phase 3, c 1.2 ha (3.1 ac)).

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45211000

45211340

45211350

90500000

77314000

79714000

79713000

79710000

79711000

90911100

90911200

45000000

45210000

45211100

45211341

45213312

45223310

71421000

45231221

45230000

45231000

45231100

45231300

45111000

45231223

70000000

70110000

70111000

50700000

50710000

45259300

45331000

45330000

71247000

45233100

45233130

II.2.3) Place of performance

NUTS code:

UKI6


Main site or place of performance:

Outer London – South

II.2.4) Description of the procurement

50:50 joint venture (‘JV’) between Peabody and a private sector partner (‘PSP’) to deliver phases 2 and 3 of the South Thamesmead regeneration project.

It is anticipated that the PSP will provide finance, and development management and sales & marketing services to the JV, and may provide construction services.

In total the Development Site is estimated to have capacity for c 730 homes and c 1,000 square foot of community space (the latter assumed to be delivered in Phase 2).

Phase 2 benefits from an outline planning consent for delivery of up to 329 homes and up to 1,050 square metres of commercial floorspace (London Borough of Bexley ref. 16/01287/OUTM). Recent scheme testing estimates capacity for Phase 3 at c 400 homes.

Phase 3 is part of a separate outline application currently being determined by the local planning authority, across a wider area, for up to 1,950 homes and 3,225 square metres of commercial floorspace (ref. 21/01948/OUTEA).

Continued at section III 1.1)

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

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

Duration in months: 120

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, II.2.4 and II.2.6 represent the potential commercial value of the development. However, potential returns will depend on many commercial factors including (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 overall scheme.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions, indication of information and documents required: 1,000 Characters

Continued from section II2.4)

However the number of homes anticipated in Phase 3 itself is c 400.

This procurement is concerned with Phases 2 and 3 only.

The final composition of the two phases will be determined by detailed planning applications. It is anticipated that commercial space will comprise only a small proportion of floorspace.

It is anticipated the scheme will comprise (by unit):

Phase 2Phase 3Total

Market Sale58%59%59%

Rented Affordable18%15%17%

Shared Ownership24%25%25%

The total gross development value of the scheme is estimated to be £250m - £300m. From start on site the scheme is expected to be delivered within c 3-5 years. However considering potential market fluctuations or unforeseen circumstances, it is anticipated the project may extend up to a period of 10 years.

Please refer to the draft procurement documents being released at this stage, notably the Draft Invitation to Participate in Dialogue and the Draft Heads of Terms, for further information.

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

- all new homes achieve a minimum EPC rating of B (SAP 86)

- 1 apprentice placement should be offered by the contractor for every £2m of contract spend

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: 20/12/2021

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.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Concession Contracts Regulation 2016 (CCR 2016) applies to the competition. The Authority intends to follow a process similar to the Competitive Dialogue procedure described in the Public Contracts Regulations 2015 (as amended) (PCR 2015). However, it reserves the right to deviate from the formalities of the PCR 2015 in conducting the competition due to the flexibilities permitted by the CCR 2016.

Final award criteria and further procurement documents will be provided at the commencement of the competitive dialogue stages to bidders that are shortlisted to participate.

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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-construction-work./2ND68B5HZ8

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/2ND68B5HZ8

GO Reference: GO-20211116-PRO-19245025

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.2) Body responsible for mediation procedures

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

UK

Telephone: +44 2038284233

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 provide 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

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

UK

Telephone: +44 2038284233

VI.5) Date of dispatch of this notice

16/11/2021

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
79711000 Alarm-monitoring services Security services
45210000 Building construction work Works for complete or part construction and civil engineering work
90911200 Building-cleaning services Accommodation, building and window cleaning services
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45000000 Construction work Construction and Real Estate
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45231000 Construction work for pipelines, communication and power lines Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45231300 Construction work for water and sewage pipelines Construction work for pipelines, communication and power lines
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
45211341 Flats construction work Construction work for multi-dwelling buildings and individual houses
45231223 Gas distribution ancillary work Construction work for pipelines, communication and power lines
45231221 Gas supply mains construction work Construction work for pipelines, communication and power lines
45231100 General construction work for pipelines Construction work for pipelines, communication and power lines
77314000 Grounds maintenance services Planting and maintenance services of green areas
79713000 Guard services Security services
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
71421000 Landscape gardening services Landscape architectural services
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
45330000 Plumbing and sanitary works Building installation work
70000000 Real estate services Construction and Real Estate
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
79710000 Security services Investigation and security services
71247000 Supervision of building work Architectural, engineering and planning services
79714000 Surveillance services Security services
45223310 Underground car park construction work Structures construction work

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:
adam.compton@peabody.org.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.