Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Hyde Housing Association Ltd
IP18195R
30 Park Street
London
SE1 9EQ
UK
Contact person: Bjorn-lee Webb
Telephone: +44 2045340110
E-mail: BWebb@martinarnold.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.hyde-housing.co.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73536&B=HYDE-HOUSING
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73536&B=HYDE-HOUSING
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
Charlton Riverside, Herringham Quarter - JV Partner
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The Hyde Group are seeking to secure a joint venture (JV) partner for the residential-led development opportunity at Herringham Quarter.
II.1.5) Estimated total value
Value excluding VAT:
212 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45111000
45112700
45113000
45211340
45211341
45211360
70111000
70121000
71247000
71315200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Hyde Group is seeking a joint venture partner for the residential redevelopment of Herringham Quarter.
The Site is located within the Charlton Riverside Opportunity area and benefits from a Supplementary Planning Document which sets out the vision for the area to become an exemplary new urban district combining new homes, employment uses and open space.
The detailed and outline consent provides for up to 1,212 homes and up to 6,863 sqm of commercial space. Further details of the Site and planning information are included on the Portal.
The land is owned by the London Homebuilding Partnership LLP, a wholly owned subsidiary of the Hyde Group and was established to bring forward the Herringham Quarter (the "Site"), which is more fully described in the Descriptive Document included on the Portal.
The Hyde entity to entity to enter into the JV will be a member of the Hyde Group (the "JV") and will deliver pre-construction services and constructions works to the JV. Further details are set out in the Descriptive Document, and Hyde will confirm the corporate structure to all shortlisted bidders in the course of the procurement.
The Hyde Group is Hyde Housing Association plus all subsidiaries.
Hyde (or another Hyde entity) will benefit from the procurement as they will retain the affordable housing element of the scheme.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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 Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion.
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:
Selection criteria as stated in the procurement documents
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
Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or other environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
The successful tenderer will be required to deliver social value outcomes in line with the Hyde Social Value Matrix, a copy of which is included on the Portal. The social value commitments to be provided by the successful tenderer will be included in the final contract documents as contractual obligations.
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.1.1) Type of procedure
Competitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/11/2023
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
17/11/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
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 Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant's/tenderer's risk.
Interested parties have been provided with a copy of Heads of Terms for the purposes of this Selection Questionnaire. It is LHP's intention to provide a full copy of the contract documents (based on the HOTs provided) those applicants who are invited to participate in dialogue at the same time the Invitation to Participate in Dialogue is issued.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
The Strand
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the contract and will conduct itself in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
Cabinet Office, 70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
06/10/2023