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

Thamesmead Waterfront Development.

  • First published: 20 October 2017
  • Last modified: 20 October 2017

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
Authority ID:
AA28022
Publication date:
20 October 2017
Deadline date:
22 November 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The appointed partner will enter into a Mobilisation and Implementation Agreement (M&I Phase) to work in partnership with Peabody to provide services to refine, develop and finalise strategies for business plans; masterplanning; delivery programme and phasing; infrastructure delivery; financing and supply-chain appointment in preparation to initiate the subsequent establishment of the joint venture partnership arrangements (JV Phase) through which the partners will deliver the regeneration of the site and management of assets. The M&I Phase is expected to be up to 2 years in duration with flexibility for the partners to agree to commence the JV Phase earlier (or to postpone it) in response to market conditions and opportunities.

Further information and details about the scope of the procurement are set out in the Memorandum of Information as part of the procurement documents available at www.delta-esourcing.com

Full notice text

Concession notice

Section I: Contracting authority/entity

I.1) Name and addresses

Peabody Trust

45 Westminster Bridge Road

London

SE1 7JB

UK

Contact person: Jody Adams

Telephone: +44 2038283826

E-mail: Jody.Adams@peabody.org.uk

NUTS: UKI

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:

www.delta-esourcing.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.delta-esourcing.com


Tenders or requests to participate must be sent to the abovementioned address


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

Thamesmead Waterfront Development.

II.1.2) Main CPV code

45211360

 

II.1.3) Type of contract

Works

II.1.4) Short description

Peabody Trust (‘Peabody’) is seeking a strategic investment and development partner for the regeneration of the area known as Thamesmead Waterfront in South East London (‘Site’). The Site has the potential to deliver 11 500 new homes, a rejuvenated town centre with retail, commercial, leisure and educational facilities as part of a comprehensive redevelopment. The partner's role will involve: providing or securing investment; providing strategic advice in relation to the overarching business plan, the masterplan and physical infrastructure; place-making and design services; development delivery, project management, construction management and procurement services; stakeholder engagement and consultation services; advice in relation to the long-term management of the Site; and advice on the marketing and disposal of development parcels. The opportunity may also involve managing developed assets held by the JV partnership and/or by Peabody to generate income streams.

II.1.5) Estimated total value

Value excluding VAT: 3 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45210000

45211340

45211300

45211341

45211350

45214200

45214300

45212360

45214000

45215100

45215213

45215214

45215212

45212000

45212100

45213100

45213150

45213111

45213110

45212411

45213312

45223300

45213311

45213250

45112700

45453100

45111000

45233100

45221000

45233260

45231000

45231221

45231223

45231300

45232450

45231400

45232140

45251000

45232153

45241500

45243510

45243600

45246000

45246200

45246410

45247100

45200000

71000000

71220000

71240000

71247000

71251000

71400000

71540000

71530000

71311000

71311100

71311210

71315200

79418000

79419000

79993000

50700000

50710000

45259300

45331000

45330000

79992000

90911200

90911100

90919200

79710000

79711000

79713000

79714000

90920000

90922000

77314000

90500000

70000000

70110000

70123100

70331000

70332200

II.2.3) Place of performance

NUTS code:

UKI4


Main site or place of performance:

Inner London — East.

II.2.4) Description of the procurement

The appointed partner will enter into a Mobilisation and Implementation Agreement (M&I Phase) to work in partnership with Peabody to provide services to refine, develop and finalise strategies for business plans; masterplanning; delivery programme and phasing; infrastructure delivery; financing and supply-chain appointment in preparation to initiate the subsequent establishment of the joint venture partnership arrangements (JV Phase) through which the partners will deliver the regeneration of the site and management of assets. The M&I Phase is expected to be up to 2 years in duration with flexibility for the partners to agree to commence the JV Phase earlier (or to postpone it) in response to market conditions and opportunities.

Further information and details about the scope of the procurement are set out in the Memorandum of Information as part of the procurement documents available at www.delta-esourcing.com

II.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 500 000 000.00  GBP

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

Duration in months: 480

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 value of development and services (1 500 000 000 to 3 500 000 000). 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.

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 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 to social and environmental considerations.

Peabody anticipates that it will enter into the M&I Agreement and any subsequent joint venture partnership arrangements through its wholly own subsidiary company Peabody Land Limited but reserves the right to enter the proposed arrangements through any of its subsidiary bodies.

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: 22/11/2017

Local time: 17:00

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

II.2.7 includes the potential length of any long-term asset management role. The M&I Phase is anticipated to be up to 2 years and the construction development and sales period of the JV Phase ranging between 10 to 40 years. The Concession Contracts Regulation 2016 applies to the competition. Peabody intends to conduct a multi-stage procurement procedure with the option of reducing the number of tenderers to continue negotiations at each stage. Award criteria and further procurement documents will be provided at the commencement of the tender & negotiation stages to bidders shortlisted to participate. Expressions of interest 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).

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Urban-development-construction-work./G68846H9PY

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/G68846H9PY

GO Reference: GO-20171018-PRO-11220923.

VI.4) Procedures for review

VI.4.1) Review body

High Courts 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 be 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.

Bidders should note that the procurement documents (including the Memorandum of Information) provide indicative information of Peabody's intended approach in the procurement process at this stage and are for general information only. Peabody reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Peabody 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.

VI.5) Date of dispatch of this notice

18/10/2017

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
79711000 Alarm-monitoring services Security services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
79993000 Building and facilities management services Miscellaneous business-related services
45210000 Building construction work Works for complete or part construction and civil engineering work
71315200 Building consultancy services Building services
90911200 Building-cleaning services Accommodation, building and window cleaning services
45213311 Bus station construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
70332200 Commercial property management services Non-residential property services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
45221000 Construction work for bridges and tunnels, shafts and subways Engineering works and construction works
45214000 Construction work for buildings relating to education and research Building construction work
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45214300 Construction work for college buildings Construction work for buildings relating to education and research
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45231400 Construction work for electricity power lines Construction work for pipelines, communication and power lines
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45213250 Construction work for industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45231000 Construction work for pipelines, communication and power lines Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45231300 Construction work for water and sewage pipelines Construction work for pipelines, communication and power lines
45232153 Construction work for water towers Ancillary works for pipelines and cables
45247100 Construction work for waterways Construction work for dams, canals, irrigation channels and aqueducts
45212100 Construction work of leisure facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45251000 Construction works for power plants and heating plants Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
70110000 Development services of real estate Real estate services with own property
45232140 District-heating mains construction work Ancillary works for pipelines and cables
45232450 Drainage construction works Ancillary works for pipelines and cables
45243510 Embankment works Coastal-defence works
79419000 Evaluation consultancy services Business and management consultancy services
90920000 Facility related sanitation services Cleaning and sanitation services
45211341 Flats construction work Construction work for multi-dwelling buildings and individual houses
45246410 Flood-defences maintenance works River regulation and flood control works
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
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
71311210 Highways consultancy services Civil engineering consultancy services
45212411 Hotel construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
45112700 Landscaping work 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
45215213 Nursing home construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
90919200 Office cleaning services Office, school and office equipment cleaning services
45223300 Parking lot construction work Structures construction work
45233260 Pedestrian ways construction work Construction, foundation and surface works for highways, roads
90922000 Pest-control services Facility related sanitation services
45330000 Plumbing and sanitary works Building installation work
79418000 Procurement consultancy services Business and management consultancy services
45243600 Quay wall construction work Coastal-defence works
70000000 Real estate services Construction and Real Estate
79992000 Reception services Miscellaneous business-related services
45453100 Refurbishment work Overhaul and refurbishment work
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
45212360 Religious buildings construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
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
45215214 Residential homes construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
70331000 Residential property services Property management services of real estate on a fee or contract basis
45215212 Retirement home construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45246000 River regulation and flood control works Construction work for water projects
45246200 Riverbank protection works River regulation and flood control works
70123100 Sale of residential real estate Sale of real estate
79710000 Security services Investigation and security services
45213110 Shop buildings construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213111 Shopping centre construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71247000 Supervision of building work Architectural, engineering and planning services
79714000 Surveillance services Security services
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
45241500 Wharf construction work Harbour construction works
45200000 Works for complete or part construction and civil engineering work 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:
Jody.Adams@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.