Herefordshire Development and Regeneration Partnership
Herefordshire Council is commencing a procurement via the Competitive Dialogue Process for a Contract to appoint Provider(s), (primarily Developer(s) but potentially also Funder(s)), for the Council’s long term strategic development and regeneration programme.
United Kingdom-Hereford: Construction work
2016/S 121-215869
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Herefordshire Council
Council Offices, Plough Lane
Contact point(s): Supplying the Southwest
For the attention of: Ms Jo Parkes-Newton
HR4 0LE Hereford
United Kingdom
Telephone: +44 7950266515
E-mail: procurement@herefordshire.gov.uk
Internet address(es):
General address of the contracting authority: https://www.herefordshire.gov.uk
Address of the buyer profile: https://www.herefordshire.gov.uk
Electronic access to information: https://www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: https://www.supplyingthesouthwest.org.uk
Further information can be obtained from: Herefordshire Council
Council Offices, Plough Lane
Contact point(s): Supplying the Southwest
For the attention of: Ms Jo Parkes-Newton
HR4 0LE Hereford
United Kingdom
Telephone: +44 7950266515
E-mail: procurement@herefordshire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Herefordshire Council
Council Offices, Plough Lane
Contact point(s): Supplying the Southwest
For the attention of: Ms Jo Parkes-Newton
HR4 0LE Hereford
United Kingdom
Telephone: +44 7950266515
E-mail: procurement@herefordshire.gov.uk
Tenders or requests to participate must be sent to: Herefordshire Council
Council Offices, Plough Lane
Contact point(s): Supplying the Southwest
For the attention of: Ms Jo Parkes-Newton
HR4 0LE Hereford
United Kingdom
Telephone: +44 7950266515
E-mail: procurement@herefordshire.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Please see section II.2.1)
United Kingdom
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Execution
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKG1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Council welcomes participation from fully formed or potential consortia. The Contract model(s) will provide a framework for delivery of design and build; land investment projects and revenue generation opportunities through the operation of facilities (which may involve the creation of special purpose project vehicles). The Contract model(s) will seek to effectively balancing the risks between the Council; any Participating Authorities; Developer(s) and Funder(s), whilst being flexible enough to respond not only to the Council’s and Participating Authorities’ evolving building and regeneration requirements; statutory duties and responsibilities; but also to innovative developments within the construction and finance sectors. Generally, the Council seeks to work more closely with the community in delivering services and together with any Participating Authorities delivering services in Herefordshire, delivery partners and its town and parish councils, help to define and deliver services tailored to local needs in the county. The Council wishes to strengthen this approach by ensuring that services delivered by public and private sector partnerships and community groups are commissioned (and when applicable regulated) by the Council in such a way as to ensure local needs are met (not least in accordance with the Localism Act 2012 and the Social Value Act 2012 and any amendments thereto). The Council would welcome innovative ideas to support this and ensure the achievement of community benefits and social value. In addition, the delivery of community benefits is at the heart of the Council’s approach to the commissioning of the Programme. Delivery of community benefits is of particular importance to the potential Contract(s)due to their strategic nature and core Commissioning Objectives of the achievement of regeneration; possible duration; level of investment and partnership working necessitated with their effective delivery. To this end the Council is seeking a Contract model which will support the Council in effective management of the Contract; strengthen the local supply chain; assure the reduction of environmental impacts and deliver the investment in the techniques; technologies and human resources to assure effective Programme delivery. The Council has drafted some Commissioning Objectives for the Programme, details of which can be found in the Process Documents. The Council has Construction Industry Training Board (CITB) accredited status and applicable aspects of Contract delivery will be set and monitored within the scope of this accreditation. Such initiatives should also seek to further the Council’s objectives as set out in the Council’s Corporate Plan and other policy documents as may be applicable. Please see the Process Documents for further details. As the potential extent of the Programme is very broad and particularly complex, specifically in respect of the legal and financial make-up of the Programme (including funding terms and the requirement to encompass the scope for the creation of special purpose project vehicles), the Council has opted to use the Competitive Dialogue process to conduct the procurement. This allows the dialogue not only of financial and legal make-up with Participants, but also allows for confirmation of feasibility and co-development of development solutions for specific sites during the Process. Indeed, it is an objective of the Process to appoint Provider(s) who will work successfully with the Council in the development of the Programme: in other words, to commission a strategic development ‘partner’ for the Council. The Council is working towards a Contract award date during spring 2017 aiming for a start on site during Autumn 2017. The Council has issued a PIN in respect of this procurement and carried out a market consultation. Details of this can be found within the Process Documents.
II.1.6)Common procurement vocabulary (CPV)
45000000, 79993000, 98341100, 98350000, 45211100, 45211200, 45211300, 45211310, 45211320, 45211340, 45211341, 45211350, 45211360, 45212100,45212300, 45213110, 45213312, 45214000, 45215100, 45215130, 45215200, 45215210, 45215220, 45215221, 45215222, 45216000, 45217000, 45220000,45262690, 45262700, 45453000, 45454000, 71321100, 09323000, 71315200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The broad scope of the Programme means that the Works and Services which are the subject of the Process are very broadly and not exhaustively described. The Council reserves the right to commission Works and Services within the scope of the CPV codes listed. The process for commissioning Works and Services within the scope of the Contract will be dialogued with Participants during the Process.
Therefore as the scope of the Programme is long term and potentially very wide, the extent of the Works and Services that may be required, may extend across the remit of a range of public sector and community organisations. To this end, the Contract will also be open for use for other Contracting Authorities. (As defined by the Public Contracts Regulations 2015(‘PCR’) and their statutory successors and organisations created as a result of re-organisation or organisational changes. Please see the Process Documents for further details). The intention is to facilitate the potential for collaborative working between Contracting Authorities over the term of the Contract, given the potential for changes in strategy; policies and the structure of government administration which may occur over the term of the Contract.
In addition, it is the intention that the Contract may be used by other partners (which may for example include not for profit organisations, sporting clubs etc.), which are delivering services within the administrative area of Herefordshire (and within the administrative areas of such other Contracting Authorities as may use the Contract (‘Participating Authorities’)). The intention being to allow for collaborative working with partners which are undertaking joint projects with the Council (and other Participating Authorities).
Participating Authority and collaborative partner usage will require the consent of the Council and the Provider(s). Participating Authority and collaborative partner usage of the Contract cannot be predicted nor guaranteed, transparency has been provided as to the maximum extent of this usage within the calculations of potential Contract value.
The value of the Contract is estimated between 10 000 000 and 1 000 000 000 GBP (British Pound Sterling — GBP). The anticipated Contract values have been very broadly but realistically estimated: the lower level of the range has been estimated on the basis of predicted developmental spend for the Council on the most limited level of potential development only (10 000 000).
The upper lever is based on a level of expenditure of 10 000 000 per annum over the lifetime of the Contract (200 000 000). Allowances of 400 000 000 have been included as a broad valuation of the extent of units for private sale and any revenue generating projects. An additional allowance of 100 000 000 has been included for the commissioning of any related funding and any increases in development spend for reasons which cannot be accurately predicted. However, expenditure levels will depend (for example) on the Programme as developed with the Contractor; feasibility of development sites; available funding; housing demand and market conditions and may vary in accordance with housing provision strategy, partnerships and other policies at a UK; national; regional; county and local level, and as such, expenditure levels cannot be guaranteed.
A further allowance of 300 000 000 has been included to cover any usage by Participating Authorities (again which cannot be guaranteed), making an estimated upper limit of 1 000 000 000. These are broad estimates and the Council reserves the right to vary these spend predictions categories (including accelerating the time-frame of spend to meet developmental requirements and utilisation of the spend allowance for Participating Authorities (should such usage not occur) during the Contract lifetime. However any such variance will be within the estimated upper limit of 1 000 000 000.
Estimated value excluding VAT:
Range: between 10 000 000 and 1 000 000 000 GBP
II.2.2)Information about options
Description of these options: The Contract will be for an initial term of 10 years with additional provision of the option to extend the Contract by periods not exceeding in total 10 years, making a total maximum term of 20 years (for example 10 year initial period plus 3 extensions of 5 years plus 3 years plus 2 years). Any terms relating to the award of Contract extensions will be established as a result of dialogue during the Process. The Contract may not be extended beyond the maximum term and indeed, may not be extended at all.
Provisional timetable for recourse to these options:
in months: 120 (from the award of the contract)
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 120 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Candidates capabilities will be assessed using the Crown Commercial Services PQQ, please copy this link into your browser for details: Requirements on pre-qualification questionnaires —https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/524353/New_PQQ_requirements.pdf Additional project specific questions will be used to long list candidates to invite to participate in dialogue. Please see the Process Documents for further details.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Candidates will be assessed using the Crown Commercial Services PQQ (see above) and evaluated in accordance with the criteria within the Public Contract Regulations 2015. Please see the Process Documents for further details.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Yes. Please see further details in the Process Documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
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
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
Estimated timing for further notices to be published: May be an ongoing requirement. May be re-procured from a period of 96 months onwards.
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice:
Related Posts
Regeneration Project Northallerton
Warrington Bridge Street Quarter Redevelopment
Architectural and Design Services Framework London
Property Consultancy Services for Walsall Council
Local Government House Refurbishment London