loading
  • GB-SS2 6ER Southend-on-Sea
  • 10.05.2018
  • Ausschreibung
  • (ID 2-296258)

Procurement of a partner(s) for the Better Queensway Regeneration Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.05.2018, 12:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 3
    Gebäudetyp Gewerbe-, Industriebauten / Landschaft und Freiraum / Verkehr / Wohnungsbau
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Freianlagen / Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Kostenmanagement / Betrieb / Finanzierung
    Sprache Englisch
    Aufgabe
    Southend-on-Sea Borough Council is seeking to procure a partner(s) for the Better Queensway regeneration project to carry out the planning, demolition, preparation, design, build, finance, operation and maintenance of new residential units, commercial and retail units, public spaces as well as highway works under that arrangement.
    Leistungsumfang
    Southend-on-Sea is a large urban area situated on the north side of the Thames Estuary with approximately 179 000 residents. The Better Queensway Regeneration Project (the “Project”) is a flagship project for the council, and forms part of the council’s vision “Creating a better Southend”. The project will regenerate the Queensway area of Southend-on-Sea over the coming years and is an ambitious high spend initiative for the council. With a focus on high quality design, a high standard of development and environmental sustainability, the project will deliver a new mixed-use redevelopment for an area adjacent to the town centre which requires regeneration for the benefit of both place and people. The aim of the regeneration is to enhance and complement the environment in which it sits, recognising the strengths and purpose of the existing community identity.
    The council’s ambition for Better Queensway is for it to be an exemplar of a transformational town centre and housing estate regeneration scheme. The project includes property and infrastructure works that will transform a site of approximately 5 hectares near to two mainline railway stations which link to London Liverpool Street and London Fenchurch Street. The site is also located within a 10 minutes walk from the Thames Estuary seaside. The council’s plans for the site include the demolition of the existing 441 dwellings (mainly spread across 4 tower blocks) to deliver an estimated 1 300 units of mixed-tenure accommodation (including re-provision of the 441 affordable homes and a further increase on this number), commercial space and the potential covering over of the grade separated highway to reconnect the urban landscape. Highway infrastructure development is envisaged to increase connectivity across the site and to address noise and pollution levels caused by this significant road (Queensway) running through the centre of a residential development.
    A key component of the project envisaged by the council is that it will comply with the council’s policies such as: social value, air quality, energy and sustainability, lettings and decant and strategies including: planning, physical activity and BID. To achieve the objectives of the project, the council also requires a partnership which will deliver the project in accordance with 12 themes:
    — partnership approach and principles,
    — placemaking,
    — planning,
    — housing,
    — commercial (Non Residential),
    — environment sustainability,
    — smart cities,
    — social value,
    — land assembly,
    — highways,
    — finance,
    — legal.
    The council seeks proposals from the market to design a solution that meets its objectives and is thus not prescribing a partnership structure. The duration of the partnership is for a 30 years term. The council anticipates it will enter into a partnership venture under which a contractor(s) will be appointed to carry out the demolition, preparation, design, build, finance, operation and maintenance of new residential units, commercial units, public spaces as well as highway works under that arrangement. The type of legal entity that will appoint the contractor(s) could vary depending on tenderers’ proposals. The council anticipates entering into such a partnership via a joint venture partnering agreement.
    The council will invest its land in the partnership but all other funding approaches are to be developed as part of the funding solution developed through the competitive dialogue procedure. The council recognises the opportunity for it to act as a senior lender and is willing to consider any structural mechanisms /alternative joint venture structures that may deliver commercial benefit to both parties. The securing of capital, funding and /or investment will form part of the partnership solution, as will the marketing and positioning of the real estate developed.
    Adresse des Bauherren UK-SS2 6ER Southend-on-Sea
    TED Dokumenten-Nr. 123219-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Southend-on-Sea: Construction work

      2018/S 056-123219

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Southend-on-Sea Borough Council
      Corporate Procurement, 8th Floor, Civic Centre, Victoria Avenue
      Southend-on-Sea
      SS2 6ER
      United Kingdom
      Telephone: +44 1702215000
      E-mail: MTFPcW5idHFkbGRtc2BjdWhybnFyP3JudHNnZG1jLWZudS10ag==
      NUTS code: UKH31

      Internet address(es):

      Main address: www.southend.gov.uk

      Address of the buyer profile: https://procontract.due-north.com/

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Procurement of a partner(s) for the Better Queensway Regeneration Project

       

      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Southend-on-Sea Borough Council is seeking to procure a partner(s) for the Better Queensway regeneration project to carry out the planning, demolition, preparation, design, build, finance, operation and maintenance of new residential units, commercial and retail units, public spaces as well as highway works under that arrangement.

       

      II.1.5)Estimated total value
      Value excluding VAT: 400 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      66100000
      70000000
      70111000
      70112000
      71000000
      71200000
      71500000
      45000000
      44000000
      50000000
      79993000
      90000000
      II.2.3)Place of performance
      NUTS code: UKH31
      II.2.4)Description of the procurement:

       

      Southend-on-Sea is a large urban area situated on the north side of the Thames Estuary with approximately 179 000 residents. The Better Queensway Regeneration Project (the “Project”) is a flagship project for the council, and forms part of the council’s vision “Creating a better Southend”. The project will regenerate the Queensway area of Southend-on-Sea over the coming years and is an ambitious high spend initiative for the council. With a focus on high quality design, a high standard of development and environmental sustainability, the project will deliver a new mixed-use redevelopment for an area adjacent to the town centre which requires regeneration for the benefit of both place and people. The aim of the regeneration is to enhance and complement the environment in which it sits, recognising the strengths and purpose of the existing community identity.

      The council’s ambition for Better Queensway is for it to be an exemplar of a transformational town centre and housing estate regeneration scheme. The project includes property and infrastructure works that will transform a site of approximately 5 hectares near to two mainline railway stations which link to London Liverpool Street and London Fenchurch Street. The site is also located within a 10 minutes walk from the Thames Estuary seaside. The council’s plans for the site include the demolition of the existing 441 dwellings (mainly spread across 4 tower blocks) to deliver an estimated 1 300 units of mixed-tenure accommodation (including re-provision of the 441 affordable homes and a further increase on this number), commercial space and the potential covering over of the grade separated highway to reconnect the urban landscape. Highway infrastructure development is envisaged to increase connectivity across the site and to address noise and pollution levels caused by this significant road (Queensway) running through the centre of a residential development.

      A key component of the project envisaged by the council is that it will comply with the council’s policies such as: social value, air quality, energy and sustainability, lettings and decant and strategies including: planning, physical activity and BID. To achieve the objectives of the project, the council also requires a partnership which will deliver the project in accordance with 12 themes:

      — partnership approach and principles,

      — placemaking,

      — planning,

      — housing,

      — commercial (Non Residential),

      — environment sustainability,

      — smart cities,

      — social value,

      — land assembly,

      — highways,

      — finance,

      — legal.

      The council seeks proposals from the market to design a solution that meets its objectives and is thus not prescribing a partnership structure. The duration of the partnership is for a 30 years term. The council anticipates it will enter into a partnership venture under which a contractor(s) will be appointed to carry out the demolition, preparation, design, build, finance, operation and maintenance of new residential units, commercial units, public spaces as well as highway works under that arrangement. The type of legal entity that will appoint the contractor(s) could vary depending on tenderers’ proposals. The council anticipates entering into such a partnership via a joint venture partnering agreement.

      The council will invest its land in the partnership but all other funding approaches are to be developed as part of the funding solution developed through the competitive dialogue procedure. The council recognises the opportunity for it to act as a senior lender and is willing to consider any structural mechanisms /alternative joint venture structures that may deliver commercial benefit to both parties. The securing of capital, funding and /or investment will form part of the partnership solution, as will the marketing and positioning of the real estate developed.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 400 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 360
      This contract is subject to renewal: yes
      Description of renewals:

       

      Any renewals will be as set out in the partnership arrangement.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 3
      Objective criteria for choosing the limited number of candidates:

       

      Subject to there being sufficient applicants qualifying, the council’s intention is to invite 5 applicants to participate in dialogue.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Additional works, services or supplies may be purchased as a result of the award of this procurement.

       

      II.2.12)Information about electronic catalogues
      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

      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:

       

      Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the directive 2014/24/EU of the European Parliament and of the council and Regulation 58 of the public contracts Regulations 2015 and as set out in the selection and qualification questionnaire which is available from the address in Part I.1.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU of the European Parliament and of the council and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Selection and Qualification Questionnaire which is available from the address in Part I.1.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU of the European Parliament and of The Council and Regulation 58 of the public contracts Regulations 2015 and as set out in the selection and qualification questionnaire which is available from the address in Part I.1.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      As set out in the procurement documents.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      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.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 10/05/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 15/06/2018
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The contracting authority is keen to ensure that the procurement is open to a wide market and that there is genuine competition. The resources and range of services needed for the contract are such that the contracting authority understands that it may receive applications from:

      — a single organisation delivering the entire solution,

      — organisations that may wish to collaborate to form a consortium (either by forming a separate legal entity or in unincorporated grouping) to contract with the contracting authority with or without a variety of subcontractor(s), or.

      — a Consortium which consists of a Prime Contractor with a variety of Subcontractor(s).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court
      Royal Courts of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 20794760000
      VI.4.2)Body responsible for mediation procedures
      High Court
      Royal Courts of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 20794760000
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      High Court
      Royal Courts of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 20794760000
      VI.5)Date of dispatch of this notice:
      19/03/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 21.03.2018
Zuletzt aktualisiert 21.03.2018
Wettbewerbs-ID 2-296258 Status Kostenpflichtig
Seitenaufrufe 60