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

Waterbeach Barracks Development Manager.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Defence Infrastructure Organisation, DIO
1st Floor, Zone 1 (IDL 145), Ramillies Building, Marlborough Lines, Monxton Road
For the attention of: Caroline Culleton
SP11 8HJ Andover
UNITED KINGDOM
Telephone: +44 1264381733
E-mail: [email protected] ([email protected] after 1.2.2014)

Internet address(es):

General address of the contracting authority: www.mod.uk

Electronic access to information: www.gva.co.uk/waterbeach

Electronic submission of tenders and requests to participate: www.contracts.mod.uk

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
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:
Waterbeach Barracks Development Manager.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKH12

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)
Project management consultancy services. Construction work. Land sale or purchase services. Land sale services. Urban planning and landscape architectural services. Property management services of real estate on a fee or contract basis. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. Demolition, site preparation and clearance work. Advertising and marketing services. Site-development work. Construction-related services. Environmental services. Miscellaneous services. Real estate agency services on a fee or contract basis. The Ministry of Defence (MOD) is seeking a Development Manager to lead the preparation for sale and potential development of RAF Waterbeach, for housing, associated supporting uses and major infrastructure. The site, which is already vacant, is a former RAF station used as an Army barracks since the 1960's. The former airfield, including one complete paved runway, was used for training purposes. The Development Manager will be expected to work closely with the Defence Infrastructure Organisation (DIO), and will be required to fund, manage and lead the development to maximise the net value of the receipt, in return for a share of the net proceeds realised.
The site, and an area of adjacent non-MOD land, has been included in South Cambridgeshire District Council's (SCDC) draft local plan as a new settlement. The new settlement would deliver 8,000 to 9,000 residential units following the initial preparation by SCDC of an Area Action Plan to guide the scheme, of which approximately 7,500 units would be delivered in the Waterbeach site (290 hectares or 715 acres).The Development Manager will need to liaise with adjacent landowner(s) in order to progress the development as the new settlement scheme proposed in SCDC's draft local plan includes both MOD and third party land.
The Development Manager will also be expected to progress the current planning position, facilitate and/or build the infrastructure provision, provide strategic advice and leadership on the site development, manage the disposal process, construct part or all of the commercial aspects of the development and may also have the option of building up to 35 % of the residential units.
In addition, the MOD may, at its sole discretion, include other MOD land in this contract. This land may or may not form part of the Waterbeach development. Any additional land included is anticipated to be within a 30 mile radius of Waterbeach barracks and not to exceed the size of Waterbeach barracks (290 hectares / 715 acres).
II.1.6)Common procurement vocabulary (CPV)

72224000, 45000000, 70122000, 70122100, 71400000, 70330000, 45230000, 45111000, 79340000, 45111291, 71500000, 90700000, 98300000, 70300000

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:
The MOD anticipates the management, planning and infrastructure costs to be in the range of 300,000,000.00 GBP to 350,000,000.00 GBP, and the gross development value to be between 1,000,000,000.00 GBP and 1,500,000,000.00 GBP.
II.2.2)Information about options
Options: no
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: 360 (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 MOD reserves the right to request deposits, guarantees or other forms of security. Further details will be provided in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The main financing conditions and payment arrangements will be set out in 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:
Requests to participate may be submitted by a single candidate or a grouping of economic operators (consortia). In the event of a successful consortium bid, the MOD may specify that the consortium takes a particular legal form and/or require that a single consortium member takes primary liability or that each member contracts on the basis of joint and several liability irrespective of the legal form adopted. Where a subsidiary is used, the ultimate parent company may be required to provide a guarantee in respect of the performance of the contract by the subsidiary.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended) as set out in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended).
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:
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended).
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 3
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:
DIOCB3/004
IV.3.2)Previous publication(s) concerning the same contract
no
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: 24.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.3.2014
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

Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Suppliers must log in, go to your Response Manager and add the following Access Code: T53Q579NH2. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 24.2.2015 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

Applicants are kindly requested to not contact the Authority directly. Additional key information on this Development Manager opportunity can be obtained from www.gva.co.uk/waterbeach or via email to

The Authority intends to take 3 bidders forward to participate in dialogue, but reserves the right to take more or less than 3. The Authority does not intend to down select solutions during the dialogue process but reserves the right to do so at any stage prior to inviting final tenders. Any down selection will be on the basis of the contract award criteria as set out in the tender documents.

All dates and values given in this notice are by way of estimate only and the MOD reserves the right to change any or all in its sole discretion. The MOD will not be responsible for any costs incurred by interested candidates in participating in this tender process. Interested candidates who wish to express an interest in this contract must complete and submit a pre-qualification questionnaire electronically via the Defence Contracts Online website (www.contracts.mod.uk)

Applicants must pre-register their company on BiP Solutions at the above website before being able to respond. This registration could take up to 24 hours to complete (details can be found on the website).
Once registered, applicants can search for the relevant PQQ by using the unique access code as detailed in the OJEU notice and on the GVA website.
For the purposes of the PQQ for this Development Manager opportunity, applicants should not complete question 5.1 but use Part 2 Section 6.1 to demonstrate their relevant experience and capability through the use of case studies. An annotation to this effect should be made in response to question 5.2.
The Authority reserves the right to accept variants. Further information will be provided in the IPD.
South Cambridgeshire District Council Planning and Policy and Localism Portfolio Holder will consider on 11.2.2014 representations made to the draft local plan and assess whether the plan is ready for submission to the Secretary of State for examination. If the Portfolio Holder considers the plan is ready to submit for examination it will be recommended to a meeting of the full Council on 13.3.2014 for agreement to the submission of the Local Plan for independent examination. If the Council agrees to submit the Local Plan it is anticipated that the examination hearings will be held in summer/autumn 2014. The Development Manager will be required to make representations at those hearings occurring post-appointment.
The duration of the Development Manager Agreement is likely to be between 25 to 30 years, depending on market conditions. GO Reference: GO-2014122-DCB-5407337
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The MOD will incorporate a standstill period, for a minimum 10 calendar day period, at the point at which information on the award of the Contract is electronically communicated to tenderers. That notification will provide full information on the award decision.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.1.2014