Contract notice

Information

Published

Expire date: 04/05/2021

External Reference: 2021-510922

FTS Reference: 2021-006889

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Corporate Procurement
Telephone: +44 7785660185
NUTS code:  UKI45 -  Lambeth
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37202&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Delivery Partner for Growing Brixton’s Rec Quarter – 49 Brixton Station Road and 6 Canterbury Crescent
Reference number:  43828
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The London Borough of Lambeth is seeking to secure a delivery partner/consortium that will be able to realise the Council’s ambitions of supporting the long-term resilience of Brixton town Centre through the sustainable, net zero development of two sites in Brixton Town Centre which will deliver significant benefits for the local community.
II.1.5)

Estimated total value

Value excluding VAT: 170000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

70000000  -  Real estate services
70100000  -  Real estate services with own property
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

The London Borough of Lambeth is seeking to secure a delivery partner/consortium that will be able to realise the Council’s ambitions of supporting the long-term resilience of Brixton town Centre through the sustainable, net zero development of two sites in Brixton Town Centre which will deliver significant benefits for the local community.
The partner will be required to work with the Council through a Joint Delivery Board and set up structures to support robust community engagement and involvement. The development will be required to provide a minimum of 6,500 sqm of workspace (20% of which will be delivered as affordable workspace) around 240 homes (50% of which will be affordable (with a 70% Council rent and 30% London Living Rent/Shared ownership split)), reprovision of enhanced Street Market Infrastructure (trader parking, waste facilities and storage space) and public realm improvements to Pope’s Road and Brixton Station Road.
A robust employment and skills package is also required with at least 25% of the future job opportunities created being prioritised for local people alongside commitments to paying the London Living Wage in relation to all jobs related to the development, both during the construction and operational phases.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 170000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 25/03/2022  /  End: 30/04/2026
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 6
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to procurement documents. The successful tenderer and its supply chain will be required actively to participate in the achievement of social and/or environmental policy objectives including relating to recruitment and training and supply chain initiatives. Accordingly, contract performance conditions may be included in the eventual Development Agreement relating in particular to social and environmental considerations

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/05/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/05/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  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 only, 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. The Contracting Authority reserves their right to award the Development Agreement on the basis of initial tenders received without conducting negotiations. Certain of the commitments to be contained in the Development Agreement may extend into the life of the development by 5 years.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Bidders have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1 2AS
UK
Telephone: +44 207261234