By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Development of the Chapel Riverside Site.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Southampton City Council
Procurement Services, 1st floor One Guildhall Square
Contact point(s): www.southampton.gov.uk/supplysouthampton
For the attention of: Adam Hall
SO14 7FP Southampton
UNITED KINGDOM
Telephone: +44 2830834880
E-mail:

Internet address(es):

General address of the contracting authority: www.southampton.gov.uk/supplysouthampton

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
Public order and safety
Environment
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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:
Development of the Chapel Riverside Site.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: UK-Southampton.

NUTS code UK

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

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 30 000 000 and 50 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Southampton City Council is undertaking a procurement using the negotiated procedure to identify a Development Partner to undertake a mixed use development of the Chapel Riverside site to incorporate residential and marine related employment uses. This will involve acquisition, design, construction and financing of the development.
Interested parties must register with SCC's eSourcing portal and express an interest in the project. SCC's eSourcing portal will be used for the administration of this procurement process details of which are set out in VI.3.
All figures contained within this notice are estimates only and will be subject to the outcome of the procurement.

Further information regarding this development opportunity is available at the following website www.chapelriverside.co.uk

II.1.6)Common procurement vocabulary (CPV)

45211360, 45212000, 45242000, 45243300, 79342000, 70110000, 45111000, 45244000, 71313400, 45111291, 45211000, 71351914, 45110000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 30 000 000 and 50 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
The Contracting Authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined within the Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Partnership, limited company, prime contractor or limited liability partnership.
If the contract is awarded to a consortium, joint venture or alliance, applicants will be required to contract with joint and several liability under English Law and either nominate a prime contractor with whom the contracting authority can contract and to whom all communication will be addressed or to form themselves into a single legal entity before the contract is awarded.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: When executing the contract in the UK the successful tenderer will be required to comply with the recommendations of the code of practice for the elimination of Racial Discrimination and the promotion of Equality of Opportunity in Employment published by the Commission for Racial Equality.
The successful tenderer will be required to participate actively in the economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and 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: As set out in the Pre-qualification questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre- Qualification Questionnaire.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Pre- Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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:
EC09/01/2189
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
22.1.2014 - 12:00
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
IV.3.8)Conditions for opening of tenders

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
Completed questionnaires should be returned by no later than 12:00 on 22.1.2014 Freedom of Information - Applicants are advised that Southampton City Council is subject to the Freedom of Information Act 2000 ("The Act"). If an applicant considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Southampton City Council shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
Southampton City Council shall not be responsible for any costs, charges or expenses incurred by applicants or tenderers and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
Southampton City Council reserves the right not to award all or any part of this contract.
All dates and time periods specified in this notice are only provisional and Southampton City Council reserves the right to change these.
Whilst every effort has been made to consider the full scope of the requirement, SCC does not guarantee the volume of supplies/services/works required resulting from this tender or that it will accept any tender on completion of the tender exercise.
SCC reserves the right not to award all or any part of this contract.
All dates and time periods specified in this notice are only provisional and SCC reserves the right to amend at its sole discretion.
When executing the contract within the United Kingdom, the successful supplier will be required to comply with the recommendations of the Code of Practice for Employment, published by the Equalities and Human Rights Commission.
When executing the contract within the United Kingdom, the successful supplier will be required to comply with the recommendations of the Code of Practice for Employment, published by the Equalities and Human Rights Commission. The suppliers will also be required to comply with the requirements of the Equality Act 2010.
Further information on SCC's requirements on the aforementioned will be included in the invitation to tender documents.
The Contracting Authority may be subject to governmental codes of practice or guidance relating to a transparency agenda, including the policy of publishing contracts and all other documents relating to public procurement activity, e.g. The Code of Recommended Practice for Local Authorities on Data Transparency (September 2011).
Accordingly, and notwithstanding any other provision within this notice, it should be noted that the Contracting Authority will publish any documents relating to the procurement and subsequent contract award resulting from this notice (but with any information which is exempt from disclosure in accordance with the provisions of the FOIA redacted) in accordance with the aforementioned transparency agenda.
Expressions of interest must be by way of completion and return of a PQQ and an outline solution in response to the ISOS (in accordance with the instructions and requirements set out in the PQQ and associated tender documents) by the date and time specified in Section IV.3.4.
SCC reserves the right not to accept Variant Bids at the invitation to negotiate stage.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
9.12.2013