Development Management Services – Bristol
To provide development management services at One Passage Street, Bristol.
United Kingdom-London: Development services of real estate
2020/S 063-151951
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
National registration number: 09835244
Postal address: (‘LPPI’) c/o Knight Frank Investment Management LLP, Saddlers House, 44 Gutter Lane
Town: London
NUTS code: UKK11
Postal code: EC2V 6BR
Country: United Kingdom
Contact person: Piers Windsor
E-mail: piers.windsor@kf-im.com
Telephone: +44 2038701935Internet address(es):
Main address: www.kf-im.com
Section II: Object
One Passage Street, Bristol — Redevelopment
Knight Frank Investment Management LLP is seeking to procure a development manager on behalf of Local Pensions Partnership Investments Ltd to provide development management services at One Passage Street, Bristol BS2 0JF, a property owned by an Authorised Contractual Scheme being the LPPI Real Estate Fund. One Passage Street is a purpose built office property comprising approximately 33 000 sq ft, which is intended for demolition and re-development.
Bristol, City of.
Knight Frank Investment Management LLP (‘KFIM’) is seeking to procure a development manager on behalf of Local Pensions Partnership Investments Ltd (‘LPPI’) to provide development management services at One Passage Street, Bristol, BS2 0JF (the ‘Property’). The property is owned by an Authorised Contractual Scheme (‘ACS’) being LPPI Real Estate Fund (the ‘Fund’).
The Property is a purpose built office property comprising approximately 33 000 sq ft, which is intended for demolition and redevelopment. The Property is let in its entirety to Global Radio Services Ltd. on a lease expiring 28 September 2021 and is within the provisions of the 1954 Act. Vacant possession can be obtained under ground F (s.30) if a redevelopment can be demonstrated and subject to the payment of compensation (2x rateable value). It is intended that the Property will be demolished and redeveloped at lease expiry.
KFIM is managing this procurement process on behalf of LPPI. Potential suppliers should note that the successful tenderer will be required to contract directly with LPPI.
The proposed terms of the contract to be entered into with the successful tenderer will be provided to shortlisted tenderers alongside the invitation to tender. A summary of the proposed terms, together with a description of the services to be provided by the successful tenderer, are provided in the Memorandum of Information (‘MoI’) released with the Selection Questionnaire (‘SQ’).
The successful tenderer will be required to provide the services for the period of the redevelopment, currently expected to commence in April 2020 and expire in October 2024. Further information on the proposed term of the contract is to be included in the summary of the proposed terms included as part of the MoI.
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3UAZ22K98T
Section III: Legal, economic, financial and technical information
RICS Membership
Section IV: Procedure
Section VI: Complementary information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium-sized enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Further information on the procurement procedure is set out within the procurement documents available via the Portal (see link below). In the first instance, potential tenderers will be provided with an SQ and supporting MoI. Potential tenderers will be invited to complete and return the SQ, and responses will be evaluated according to the selection procedure outlined in the SQ. A maximum of 5 potential tenderers will be shortlisted following the SQ evaluation and invited to the tender stage of the process.
The shortlisted candidates from the SQ stage will be sent an Invitation to Tender (“ITT”), which will included proposed terms of contract, and will be asked to submit their Tender response. Tender responses will then be evaluated according to the evaluation criteria set out in the ITT. Bidders will then be informed of the award decision, and following a 10 day standstill period, it is expected that the contract will be entered into with the successful tenderer.
KFIM reserves the right at any time to:
(i) reject any/all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the timescales set out or referred to within the procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
For more information about this opportunity, please visit the Delta eSourcing portal below.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3UAZ22K98T
GO Reference: GO-2020326-PRO-16243850
Postal address: Saddlers House, 44 Gutter Lane
Town: London
Postal code: EC2V 6BR
Country: United Kingdom
E-mail: piers.windsor@kf-im.com
Telephone: +44 2038701935