Vauxhall Mixed Use Property Development
The College intends to engage a private sector partner (PSP) to deliver a mixed use development in Vauxhall, South London.
United Kingdom-London: Construction work
2015/S 114-205993
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Lambeth College
45 Clapham Common South Side
SW4 9BL London
UNITED KINGDOM
E-mail: info@vauxhallexchange.com
Internet address(es):
General address of the contracting authority: http://www.lambethcollege.ac.uk
Electronic access to information: http://www.vauxhallexchange.com
Further information can be obtained from: Further information is available from www.vauxhallexchange.com
N/A
UNITED KINGDOM
E-mail: info@vauxhallexchange.com
Internet address: www.vauxhallexchange.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Further information is available from www.vauxhallexchange.com
N/A
UNITED KINGDOM
E-mail: info@vauxhallexchange.com
Internet address: www.vauxhallexchange.com
Tenders or requests to participate must be sent to: Further information is available from www.vauxhallexchange.com
N/A
UNITED KINGDOM
E-mail: info@vauxhallexchange.com
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Vauxhall Centre, Belmore Street, Wandsworth Road, London SW8 2JY.
NUTS code UKI
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)
It is anticipated that the PSP will deliver the Skills Centre together with capital receipts from the sale of the private apartments, affordable housing and hotel. The site is located in an exceptional London location within the Nine Elms/New Covent Garden development area.
The owner/operator of the hotel will be required to enter into a Training Agreement (as part of the Project Agreement or separately) for the provision of opportunities for students to gain experience and training through working in the hotel.
The development of the Skills Centre is a highly enterprising initiative that will enable the College to become London’s leading dynamic further education provider. This project focuses on the huge industry skills shortage in the area (Nine Elms, Elephant and Castle, Battersea, Waterloo) responding directly to feedback from employers.
It is anticipated that the contract will start mid-December 2015 with a build period of 36 months.
Procurement documentation can be obtained from www.vauxhallexchange.com, which will be updated as further procurement documents are finalised.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45214500, 45211300, 45211340, 45212420
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
It is envisaged that the Skills Centre will be funded through a combination of a capital grant from the London Enterprise Panel (‘LEP’) and a cross-subsidy raised by the delivery of a residential scheme.
The owner/operator of the hotel will be required to enter into a Training Agreement (as part of the Project Agreement or separately) for the provision of opportunities for students to gain experience and training through working in the hotel.
The total costs of the scheme will be determined by the scale and specification of the residential and hotel facilities, as evolved during dialogue and following contract award. These costs are currently estimated to be approximately 80 000 000-120 000 000 GBP, although the estimated construction costs of the Skills Centre are expected to be between 40 000 000-45 000 000 GBP.
Estimated value excluding VAT:
Range: between 40 000 000 and 45 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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
Description of particular conditions: The contracting authority reserves the right to require applicants to meet certain conditions which will be set out in the Invitation to Participate in Dialogue (ITPD). The contract will take the form of a Development Agreement, the construction elements of which will draw on industry standard conditions, and this will be described in detail in the ITPD documentation.
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
Minimum level(s) of standards possibly required: As set out in the PQQ and supporting documentation.
III.2.3)Technical capacity
As set out in the PQQ and supporting documentation.
Minimum level(s) of standards possibly required:
As set out in the PQQ and supporting documentation.
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: The contracting authority expects to invite up to 5 parties to participate in competitive dialogue, selected in accordance with the criteria and method set out in the PQQ. The highest scoring applicants following moderation will be selected to proceed to the next stage. Potential tenderers will then be invited to respond to specific delivery issues as part of the outline solutions stage and these will be evaluated to reduce the number of participants in the dialogue to a maximum of 3. The significant factors in identifying the limited number of candidates will include, suitability to pursue a professional activity, economic and financial standing and technical and professional ability. The selection process will be based on the most economically advantageous tender assessed from the point of view of the contracting authority.
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.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority reserves the right not to award the opportunity described in this contract notice.
VI.4.1)Body responsible for appeal procedures
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: