Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from another address:
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
St Pancras Hospital Redevelopment
Reference number: CA5046 - REDEV062018MM
II.1.2)Main CPV code45000000
II.1.3)Type of contractWorks
II.1.4)Short description:
Camden and Islington NHS Foundation Trust (the Trust) is seeking a partner to enter into a development agreement for the redevelopment of surplus land at St Pancras Hospital. The partner will be expected to lead on planning, design and delivery of the entire scheme.
The Trust is seeking to maximise capital receipts to reinvest in the provision of new administrative, clinical and therapeutic premises, and research, balanced by the desire to:
(a) provide an active presence for the Trust and the UCL Institute of Mental Health, up to 4 000 m2 and 4 800 m2 respectively (subject to confirmation);
(b) create a new urban environment;
(c) redevelop surplus property to include the optimal provision of affordable housing subject to viability; and
(d) may need to accommodate the relocation of Moorfields Eye Hospital onto up to 2 acres of the St PancrasHospital site.
The commercial terms of the development agreement will be based on the grant of a long lease over the surplus site area.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71313000
45112700
45211341
45100000
45215130
45215100
71410000
45211360
70112000
45213110
71310000
45213100
70110000
71420000
71314300
45215140
71222000
45233262
45215120
71220000
71315200
70331000
71315300
45215000
45112710
71313400
45212300
70332200
71500000
45211350
45223300
45213300
70330000
II.2.3)Place of performanceNUTS code: UKI
NUTS code: UKI31
Main site or place of performance:
II.2.4)Description of the procurement:
The Trust is the largest provider of mental health and substance misuse services to people living within the London boroughs of Camden and Islington, from some 30 sites across both boroughs. The Trust’s vision is to reshape the services it provides delivering high class local, integrated care and world class research. Over the course of the next 3 to 5 years, the Trust intends to relocate the acute inpatient services provided at St Pancras Hospital to alternative premises within the London Boroughs of Camden and Islington.
The Trust's core objective for St Pancras is to deliver a development scheme that optimises both the financial value for the Trust and overall public benefit. The Trust intends commit its surplus land on a long leasehold basis in return for a land payment. The payment will be calculated at the point of acceptable detailed planning consent and will be the product of an open-book approach to costs and values, except for the developer’s return (on cost) which will
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
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
IV.1.5)Information about negotiation
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 participateDate: 07/09/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
As per applicable UK laws.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:04/07/2018