Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
South Tyneside Council
Corporate Procurement Service, BT South Tyneside, Hawthorne House, Viking Business Park
For the attention of: Kevin Graham
NE32 3DP Jarrow
United Kingdom
Telephone: +44 7484030491
E-mail: MjE4WVNkV1wcVWBPVk9bLmFdY2JWYmdcU2FXUlMcVV1kHGNZ
Internet address(es):
General address of the contracting authority: www.southtyneside.gov.uk
Address of the buyer profile: www.procontract.due-north.com/Login
Electronic access to information: www.procontract.due-north.com/Login
Electronic submission of tenders and requests to participate: www.procontract.due-north.com/Login
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Procurement of Development Partner for Holborn, South Shields.
II.1.2)Type of contract and location of works, place of delivery or of performance
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
South Tyneside Council (the Council) has applied for Enterprise Zone status at Holborn, South Shields and as shown on the land identified in the plan appended to the ITT is seeking a Development Partner to deliver (amongst other requirements):
(a) master planning, and design and build services;
(b) over 200 000 sq feet of Grade A office accommodation (area 1(a));
(c) residential accommodation (area 1(b)), and
(d) such other development as agreed with the Council in due course (area 1(c)).
(Together known as the Council's Initial Requirements).
The Council is looking to enter into a 10 year (with the option to extend for up to further 2 years) Development Agreement (DA) that will allow the parties to work together in order to deliver the Council's Initial Requirements; which will be subject to flexibility and change as agreed through the project approval process in the DA.
II.1.6)Common procurement vocabulary (CPV)
45210000, 45211100, 70111000, 44110000, 70000000, 71000000, 90712100, 45110000, 45213100
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Council is looking to create an excellent platform to promote development and has:
(i) prepared a Land Acquisition Strategy, and a Remediation and Enabling Plan (that will involve a separate procurement exercise conducted by the Council to select a remediation contractor) in order to prepare the sites for re-development in 2019;
(ii) applied for grant funding, and may support its selected partner through prudential borrowing and/or taking head-leases of properties and delivering the Council (and wider public sector) accommodation agenda.
Estimated value excluding VAT:
Range: between 150 000 000 and 200 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The initial term of the Development Agreement will expire on the tenth anniversary of the practical completion of the land remediation works. The Development Agreement can be subsequently extended in the Council's sole discretion by up to 20 four months. Further details of this can be found within the Invitation to Tender.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 144 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under this contract the successful organisation and potentially its supply chain will be required to actively participate in the achievement of social, economic and environmental regeneration of the locality of and surrounding the place of delivery of the contract. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met in accordance with Articles 57- 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57-58 of the Public Contracts Regulations 2015, and is set out in the Standard Selection Questionnaire which is available from part I.1 above.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Selection Questionnaire which is available from the address in Part I.1.
Minimum level(s) of standards possibly required: Selection criteria as stated in the procurement documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Selection Questionnaire which is available from the address in Part I.1.
Minimum level(s) of standards possibly required:
Selection criteria as stated in the procurement documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.3.2017 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.3.2017 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 7.3.2017 - 12:00
Place:
South Tyneside Council, Town Hall and Civic Offices, Westoe Road, NE33 2RL South Shields, United Kingdom.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A representative of South Tyneside Council Legal Services, Business Support and a representative from BT South Tyneside Strategic Procurement.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Tender documentation is available to be downloaded on the NEPO ProContract system. If not already registered please register at the following link: https://procontract.due-north.com — this will then grant access to the tender documentation. Please note that registering on ProContract and expressing interest does not mean that you have bid for the tender — once you have registered you will be required to complete and submit the tender documentation. Tenders and all supporting documentation must be priced in Sterling and written in English. Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English Courts. The Council is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.1.2017