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

Daedalus Waterfront Development, Lee-on-the-Solent, Nr Gosport, Hampshire.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

The Homes and Communities Agency
Bridge House, 1 Walnut Tree Close
For the attention of: Jeremy Herring
GU1 4GA Guildford
UNITED KINGDOM
Telephone: +44 3001234500
E-mail:

Internet address(es):

General address of the contracting authority: www.homesandcommunites.co.uk

Further information can be obtained from: Jones Lang LaSalle
3rd Floor, Latimer House, 5-7 Cumberland Place
For the attention of: Michael Green
SO15 2BH Southampton
UNITED KINGDOM
Telephone: +44 2380232882
E-mail:
Fax: +44 2380232684
Internet address: www.joneslanglasalle.com

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Jones Lang LaSalle
3rd Floor, Latimer House, 5-7 Cumberland Place
For the attention of: Michael Green
SO15 2BH Southampton
UGANDA
Telephone: +44 2380232882
E-mail:
Fax: +44 2380232684
Internet address: www.joneslanglasalle.com

Tenders or requests to participate must be sent to: Jones Lang LaSalle
3rd Floor, Latimer House, 5-7 Cumberland Place
For the attention of: Michael Green
SO15 2BH Southampton
UNITED KINGDOM
Telephone: +44 2380232882
E-mail:
Fax: +44 2380232684
Internet address: www.joneslanglasalle.com

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

See section V1.3
See section V1.3
See section V1.3
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Daedalus Waterfront Development, Lee-on-the-Solent, Nr Gosport, Hampshire.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

NUTS code UKJ33

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)
Building construction work. Demolition work. Site preparation and clearance work. Site-works. Construction work for multi-dwelling buildings and individual houses. Buildings of particular historical or architectural interest. Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport. Refurbishment work. Retirement home construction work. Site-development work. Residential homes construction work. Nursing home construction work. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Construction work of leisure facilities. The Homes and Communities Agency wish to appoint a development partner to transform Daedalus Waterfront into a thriving and successful waterfront development. The comprehensive redevelopment is suitable in phases over a period of 10 years and includes exciting opportunities for employment, residential (new build and refurbishment), care homes/villages and leisure and retail uses. Daedalus Waterfront is an important redevelopment opportunity within the Solent Enterprise Zone, in a prominent position overlooking the Solent and the Isle of Wight. The site includes attractive former naval buildings suitable for refurbishment/conversion and is on the south coast close to Portsmouth. There is no project specific grant funding available to bidders for this project; however bidders are encouraged to consider and explore any possible grant funding which may be available in the normal way. Please note HCA reserves the absolute right, at any time and for any reason, to reject any offers which include an element of HCA grant funding. A development partner will be appointed in early 2015.
II.1.6)Common procurement vocabulary (CPV)

45210000, 45111100, 45111200, 45113000, 45211000, 45212350, 45213000, 45453100, 45215212, 45111291, 45215214, 45215213, 45212000, 45212100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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 site is 57 acres and the development potential, as described by current planning policy, is for over 200 homes and 55 000 m² of employment space in new and refurbished buildings. This is indicative only and proposals are sought from developers to deliver a vibrant employment led scheme on the site. The site includes a conservation area and 6 listed buildings.
Estimated value excluding VAT:
Range: between 10 000 000 and 100 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (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:
As stated in the Contract Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under the contract the developer and its supply chain will be required to participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations, to be detailed in the Contract Documents.
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: Bidders will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006 (as amended) on the basis of information provided in response to the selection questionnaire. Bidders will be asked to confirm that none of the conditions set out in regulation 23 of the Public Contracts Regulations 2006 (as amended) apply to their organisation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.
Minimum level(s) of standards possibly required: The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.
Minimum level(s) of standards possibly required:
The minimum level(s)of standards required are as set out in the selection questionnaire. The selection questionnaire is available from the contact in Annex A section I.
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 7
Objective criteria for choosing the limited number of candidates: This will be set out in the Contract Documents. However, candidates should note that the HCA intends to use successive stages under the Competitive Dialogue process. Organisations expressing an interest will be invited to submit a pre-qualification questionnaire, which will be evaluated by the HCA using the selection criteria set out in the Contract Documents. This process will allow the Contracting Authorities to short-list an envisaged 3 to 7 to submit Outline Solutions. The HCA intends to invite 3 to participate in Dialogue and will then invite 3 bidders to submit Detailed Solutions.
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:
HCAE15079
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: 17.11.2014 - 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.11.2014 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.1.2015
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

All discussions, meetings and communications will be conducted in English. The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP. This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests. The final decision rests with the HCA. Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 (‘The Act’). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential 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. The HCA 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 insufficient to include a statement of confidentiality encompassing all the information provided in the response. The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information. All dates included in this notice are provisional and potentially subject to revision. The HCA reserves the right: to cancel the tender process at any stage for any reason; to amend the terms and conditions of the tender process; and/or to award part only of the contract. The HCA further reserves the right to withdraw from the tendering process at any stage or to vary the scope of the products and services required and the HCA shall not be liable to any bidder as a result of this action. All bidders are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tender and the tendering process. The HCA is working closely with local authority partners in the delivery of this development opportunity. In event that one or more of them take an interest in the site, HCA has conducted this procurement on behalf of itself and those local authority partners.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=113965523

GO Reference: GO-2014924-PRO-6033718
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

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

Body responsible for mediation procedures

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

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1 2AS London
UNITED KINGDOM
Telephone: +44 2072761234

VI.5)Date of dispatch of this notice:
24.9.2014