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

Charlton Riverside, Herringham Quarter - JV Partner

  • First published: 08 October 2023
  • Last modified: 08 October 2023

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:
ocds-h6vhtk-0408c6
Published by:
Hyde Housing Association Ltd
Authority ID:
AA80110
Publication date:
08 October 2023
Deadline date:
06 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
70121000 Building sale or purchase services Buying and selling of real estate
45000000 Construction work Construction and Real Estate
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
45211341 Flats 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
45113000 Siteworks Building demolition and wrecking work and earthmoving work
71247000 Supervision of building work Architectural, engineering and planning services
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses

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:
BWebb@martinarnold.co.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.