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

South Oxhey Initiative - a major residential and retail led development.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Three Rivers District Council
Three Rivers House, Northway
Contact point(s): Deloitte Real Estate
For the attention of: Alex Morton; Samuel Taylor; Simon Bedford
WD3 1RL Rickmansworth
UNITED KINGDOM
Telephone: +44 2070079733
E-mail:

Internet address(es):

General address of the contracting authority: http://www.threerivers.gov.uk

Electronic access to information: https://www.delta-esourcing.com/

Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/

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:
South Oxhey Initiative - a major residential and retail led development.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKH23

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)
Development services of real estate. Construction work. Development of residential real estate. Development of non-residential real estate. Construction work for multi-dwelling buildings and individual houses. Urban development construction work. Shop units construction work. Housing services. Construction work for houses. The South Oxhey Initiative (SOI) presents a major opportunity to create a high quality, mixed use development, with a direct and frequent rail connection to Central London. Three Rivers District Council's (the Council's) ambition is to deliver a comprehensive redevelopment within the heart of South Oxhey, which helps attract new residents to the area and dramatically enhances the quality of life for its existing established community. Key outputs include the delivery of: - Approximately 425-550 new homes - A foodstore and an enhanced district retail centre - Improved public realm. The Council is seeking a development partner with the commitment, expertise and resources to support it in securing a successful regeneration of South Oxhey. The opportunity to bring about a development of this scale and potential is an exciting 1; and its success will be predicated upon effective partnership working.
II.1.6)Common procurement vocabulary (CPV)

70110000, 45000000, 70111000, 70112000, 45211000, 45211360, 45213112, 70333000, 45211100

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:
Approximate Gross Development Value.
Estimated value excluding VAT:
Range: between 75 000 000 and 120 000 000 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
Starting 3.8.2015. Completion 3.8.2022

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authority 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 will be accepted from groupings of economic operators (consortia). In the event of a successful consortium bid, the contracting authority may specify that the consortium member takes a particular legal form and/or require that a single consortium member takes primary liability or that each member undertakes joint and several liability irrespective of the legal form adopted. Where a subsidiary company is used, the ultimate parent company may be required to provide a guarantee in respect of the performance of the contract by the subsidiary before acceptance.
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.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and 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:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and 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
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
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualification Questionnaire.
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:
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: 13.10.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.10.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.10.2014
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

Organisations wishing to express an interest in bidding for the contract must complete the Pre-qualification Questionnaire, which is in the document repository on the portal, and must returned by the date and time set out in IV.3.3 and IV 3.4.Expressions of Interest for this opportunity must be submitted, including a completed PQQ questionnaire, via the portal. The portal includes further information about the project. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and documents for this opportunity are available on https://www.delta-esourcing.com/delta You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing user-name and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: T3Z623XW3Q Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to upload documents. Late submissions will not be accepted. If you experience any technical difficulties please contact the Delta eSourcing Help-desk on +44 8452707050 or e-mail

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Rickmansworth:-Development-services-of-real-estate./T3Z623XW3Q

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/T3Z623XW3Q

GO Reference: GO-2014910-PRO-5992793
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:
10.9.2014