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