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

Meridian water regeneration project: master developer.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

London Borough of Enfield
Enfield Council, Silver Street, Enfield
For the attention of: Mr Jody Adams
EN1 3XA London
UNITED KINGDOM
Telephone: +44 2084964696
E-mail:

Internet address(es):

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

Electronic access to information: www.londontenders.org

Further information can be obtained from: London Borough of Enfield
Enfield Council, Silver Street
For the attention of: Mr Jody Adams
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2084964696
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Enfield
Enfield Council, Silver Street
For the attention of: Mr Jody Adams
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2084964696
E-mail:

Tenders or requests to participate must be sent to: London Borough of Enfield
Enfield Council, Silver Street
For the attention of: Mr Jody Adams
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2084964696
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Meridian water regeneration project: master developer.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKI21

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)
Enfield Council is seeking a master developer/consortium to deliver the 1 500 000 000 GBP Meridian Water development opportunity.
The Meridian Water development opportunity is included within an area of approximately 85 hectare in a prime location adjacent to the waterside environment of the Lee Valley Regional Park and within the London-Stansted-Cambridge Corridor, which has a population of 2 000 000 and a GBP 161 000 000 000 economy. The site benefits from excellent transport links with central London 20 minutes away by train and easy access to the major road routes of the M25 and A406.
Meridian Water is a development site with unparalleled opportunity. The Council's feasibility work indicates that the developable area can achieve approximately 8 000 new homes, the full range of neighbourhood facilities and over 3 000 new jobs.
The Council has made excellent progress on bringing forward the delivery of Meridian Water:
- the project has been awarded Housing Zone status;
- the Council has completed the acquisition of 9 hectares of developable land and is actively negotiating further land acquisitions with landowners;
- funding has been allocated to relocate the existing Angel Road train station southwards to a more central position within Meridian Water in 2018 and the station will be renamed Meridian Water Station;
- funding has been agreed to provide a new railway track which will increase rail provision to 4 trains an hour from 2018 and the opportunity for Crossrail 2;
- a new educational establishment will be opened in 2016, a new park is being constructed and the Lee Valley Heat Network company has been established to provide green and affordable energy from 2018.
The Council is now seeking a master developer/consortium with the vision, commitment to quality of design, expertise, financial capacity and place making credentials to ensure that Meridian Water has an enduring positive legacy. The appointed master developer/consortium will need to bring a proven track record in large scale and transformative urban regeneration. The master developer/consortium will be able to demonstrate a commitment to place-making through development management, urban design, planning, finance, management and plot sales in order to maximise the scheme's potential.
In particular the Council is looking for a master developer/consortium who can maximise the number of quality mixed tenure homes, and new jobs as well as delivering the necessary supporting infrastructure including shops, community facilities, roads and utilities. The Council is keen to work with a master developer/consortium who can deliver Meridian Water within accelerated time scales; the Council views a large proportion of private rented sector homes as being 1 way in which delivery can be expedited.
The Council wishes to work in partnership with a master developer/consortium with the financial capacity to support the Council to assemble the remainder of the developable land at Meridian Water. The Council is prepared to use Compulsory Purchase Order powers as a last resort in the instance that negotiations are unsuccessful. The Council has already expended a large amount of money on Meridian Water and is committed to further investment on the project. The Council is looking for an arrangement which can provide the Council with a return on investment via assets and cash as well as ensure that the project does not have a negative impact on the Council's ongoing revenue position.
The Council has an excellent track record of completing OJEU procurements within reduced time scales and the intention is to identify a preferred master developer/consortium six months from posting the OJEU Notice.
Submission of a summary master plan will be a bid requirement and the successful bidder will be expected to achieve a start on site during 2016.
II.1.6)Common procurement vocabulary (CPV)

45211100, 55000000, 71500000, 71400000, 71250000, 45222000, 70332000, 45223000, 45211340, 45211360, 45211350, 45211300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
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: 1 500 000 000 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
Duration in months: 240 (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:
Details of any deposits, guarantees or bonds will be set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of the relevant financing conditions and payment arrangements will be set out in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a successful consortium bid, the Council reserves the right to require the consortium to establish a separate legal entity to enter into the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under the development agreement awarded pursuant to this Contract Notice, the successful applicant / consortium and any supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to employment, recruitment and training and supply chain initiatives and environmental and social sustainability. Accordingly, the contract performance conditions may relate in particular to social and/or environmental requirements.
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: Details in Pre-Qualification Questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details in Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details in Pre-Qualification Questionnaire (PQQ).
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 minimum number 3: and maximum number 5
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 no
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

Prior information notice

Notice number in the OJEU: 2015/S 67-117316 of 4.4.2015

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: 3.7.2015 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.7.2015 - 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
Persons authorised to be present at the opening of tenders: no

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
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant's/tenderer's risk. Applicants/tenderers will be required to hold their tenders open for acceptance for a minimum of 6 months from the deadline for submission of tenders. The 1 500 000 000 GBP value is the estimated overall project cost. The Council intends to contract for a duration between 15-20 years. Contractors are to note that:

(1) The information and/or tender documents for this opportunity will only be available via http://www.londontenders.org Potential contractors must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.

(2) Potential contractors must log-in to the http://www.londontenders.org site, search for the following Contract Title: Meridian Water Regeneration Project and follow the instructions provided to you here.

(3) The completed PQQ and ITT submissions for this opportunity will only be received electronically via http://www.londontenders.org

(4) All communications regarding this opportunity will only be accepted through the discussions' portal via http://www.londontenders.org Written responses will be provided to all enquiries and any points of clarification or information will be circulated to all prospective contractors via the http://www.londontenders.org email system

(5) Potential contractors are advised to allow yourself at least 2 hours when responding to this opportunity prior to the closing date and time, especially if you are required to upload documents as an attachment.

(6) If you experience any technical difficulties please contact the Due North (http://www.londontenders.org) Helpdesk on +44 1670597120 or email:

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court of England and Wales
Royal Courts of Justice, Strand
WC1A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

High Court of England and Wales
Royal Courts of Justice, Strand
WC1A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
1.6.2015