Waterfront Development Opportunity Middlesbrough
The HCA would like to select a development partner (or consortium) for the development of 4 cleared sites and a former marketing suite at Middlehaven Dock, Middlehaven, Middlesbrough, in a manner which is consistent with planning policy for the area.
United Kingdom-Gateshead: Urban development construction work
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Homes and Communities Agency
St Georges House, Kingsway, Team Valley
For the attention of: Martin Whaite
NE11 0NA Gateshead
UNITED KINGDOM
Telephone: +44 3001234500
E-mail: middlehaven.disposal@hca.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.homesandcommunites.co.uk
Further information can be obtained from: DTZ
St Paul’s House, 23 Park Square South
LS1 2ND Leeds
UNITED KINGDOM
Internet address: www.dtz.com/middlehave
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: DTZ
St Paul’s House, 23 Park Square South
LS1 2ND Leeds
UNITED KINGDOM
Internet address: www.dtz.com/middlehaven
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
NUTS code UKC12
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 Listed Clock Tower, Dock basin, entrance channel to the River Tees, Dock gates and Temenos sculpture which were referred to in the Prior Information Notice, are in the process of potentially being transferred to Middlesbrough Borough Council and are excluded from the sale.
II.1.6)Common procurement vocabulary (CPV)
45211360, 45212000, 45212100, 45211340, 45213100
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:
Estimated value excluding VAT:
Range: between 50 000 000 and 225 000 000 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
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: Refer to Pre-Qualification Questionnaire and Memorandum of Information.
III.2.3)Technical capacity
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006.
Minimum level(s) of standards possibly required:
Refer to Pre-Qualification Questionnaire and Memorandum of Information.
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 objective of this selection process is to assess the responses to the pre Qualification Questionnaire and select a minimum of three and a maximum of six suitably experienced and resourced potential bidders will be invited to tender. Selection criteria will be a combination of both financial and non-financial factors and will consider:
1. Economic and Financial Standing – the supplier must be in a sound financial position to participate in a development of this size and demonstrate the ability to fund the development. The HCA may undertake independent financial checks to verify the information provided.
2. Experience and Track Record – The Bidder must be able to demonstrate a successful track record of undertaking mixed use development.
3. Capacity and Capability – Assessment of the available resources and competencies available to the bidding organisation.
4. Compliance – Bidders will need to demonstrate an ability to develop and operate within relevant legislation and to established quality standards, to include compliance with HCA policies on Health & Safety, diversity and the Environment.
The information supplied will be checked for completeness and compliance before responses are evaluated.
Evaluation of subsequent stages will be undertaken in accordance with the award criteria, which will be set out to bidders in the relevant ITT document.
The HCA intends to appoint the selected developer on the basis of the most economically advantageous offer.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 21-032128 of 30.1.2014
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Interested parties should download the MoI and PQQ documents via DTZ’s website – www.dtz.com/middlehaven.
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.
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.
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96831334.
GO Reference: GO-2014428-PRO-5634443.
VI.4.1)Body responsible for appeal procedures
The Homes and Communities Agency
St Georges House, Kingsway
NE11 0NA Team Valley, Gateshead
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Homes and Communities Agency
St Georges House, Kingsway
NE11 0NA Team Valley, Gateshead
UNITED KINGDOM
Internet address: www.homesandcommunities.co.uk
VI.5)Date of dispatch of this notice:28.4.2014