Contract notice

Information

Published

Expire date: 21/04/2022

External Reference: 2022-510984

FTS Reference: 2022-007349

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Winchester City Council
00609812
Winchester City Council
Colebrook Street, Winchester
SO23 9LJ
UK
Contact person: Amy Tranah
NUTS code:  UKJ36 -  Central Hampshire
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=43999&B=WCC
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

Central Winchester Regeneration – Development Partner Procurement.
Reference number:  WCC/CWR/001
II.1.2)

Main CPV code

45211360  -  Urban development construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Winchester City Council, as contracting authority, wishes to appoint a development partner to enter into an agreement for the delivery of the Central Winchester Regeneration scheme.
Winchester City Council will be hosting a bidder briefing morning on Wednesday 6th April 10am - 1pm. Please see the Selection Questionnaire Document 1 for instructions on how to register. Please note that bidders must register to attend this event.
II.1.5)

Estimated total value

Value excluding VAT: 150000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45111000  -  Demolition, site preparation and clearance work
45111291  -  Site-development work
45112700  -  Landscaping work
45210000  -  Building construction work
45211000  -  Construction work for multi-dwelling buildings and individual houses
45211300  -  Houses construction work
45211340  -  Multi-dwelling buildings construction work
45211341  -  Flats construction work
45211350  -  Multi-functional buildings construction work
45233260  -  Pedestrian ways construction work
45262700  -  Building alteration work
45330000  -  Plumbing and sanitary works
45453100  -  Refurbishment work
70000000  -  Real estate services
70110000  -  Development services of real estate
70111000  -  Development of residential real estate
70112000  -  Development of non-residential real estate
70120000  -  Buying and selling of real estate
70123100  -  Sale of residential real estate
70123200  -  Sale of non-residential estate
70300000  -  Real estate agency services on a fee or contract basis
70331000  -  Residential property services
71000000  -  Architectural, construction, engineering and inspection services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71247000  -  Supervision of building work
71251000  -  Architectural and building-surveying services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71315200  -  Building consultancy services
71400000  -  Urban planning and landscape architectural services
71530000  -  Construction consultancy services
71540000  -  Construction management services
71541000  -  Construction project management services
45220000  -  Engineering works and construction works
II.2.3)

Place of performance

NUTS code:  UKJ36 -  Central Hampshire
Main site or place of performance:  
Winchester
II.2.4)

Description of the procurement

The transformation of the central Winchester regeneration (CWR) site is of key strategic importance to the Council. The vision for the area is for a mixed-use, pedestrian friendly quarter that reflects the distinctive character of Winchester City Centre, supports a vibrant retail and cultural / heritage offer which is set within an exceptional public realm and incorporates the imaginative re-use of existing buildings. This vision is set out within the Central Winchester Regeneration Supplementary Planning Document (SPD) 2018 and a Development Brief (included with procurement documents and available for unrestricted and full direct electronic access, free of charge).
The Council is seeking to procure a development partner to turn this vision into reality. It is critical that the development partner shares the passion for transformational development that is sensitive to the heritage of an ancient cathedral City and is prepared to commit for the long term. Commitment to sustainability and engagement across Winchester’s varied communities is also required.
The site (as detailed in the procurement documents) is located in the heart of the City and includes the bus station, Kings Walk, Coitbury House, Friarsgate car park and the old Friarsgate Medical Centre. The site comprises circa 3.68 acres (1.49 ha) of land and consists of two separate boundaries.
The indicative GIA mix of uses comprise:
Circa 180,000 sq ft of residential of which a minimum of 40% is to be affordable;
Circa 80,000 sq ft of mixed-use space;
Circa 25,000 sq ft of retail and F&B space.
The Council is seeking to procure a development partner to enter into a development agreement under the terms of which the development partner will undertake to deliver the overall development on a phased basis, and in accordance with the SPD and Development Brief. The development partner will be appointed to carry out design and planning, community engagement and consultation, and all other preparatory activities prior to the draw-down of each phase (by way of long lease). The scheme will require the delivery of all enabling infrastructure as well as exemplary public realm. The long-term stewardship, management, curation and activation of the completed scheme is equally essential.
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: 150000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
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: 4
Objective criteria for choosing the limited number of candidates:
Selection will be based on applicant’s submission of the Selection Questionnaire (SQ) and expression of interest. Please refer to the SQ for a detailed understanding of the scoring criteria, weightings and how applicants will be ranked.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Additional works or services may be purchased as a result of this procurement in order to enable the development of the defined site within the scope of the Development Brief.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  The requirements are stated in SQ, ITPD, Development Brief and in the procurement documents.
The Council reserves its right to request an indemnity, bank bond or guarantee if the development partner does not meet the required standard for economic and financial standing.
If a group of economic operators submits an expression of interest, the group must nominate a lead organisation to deal with the Council for the purposes of the procurement. If successful, the Council may require the group to form a legal entity before entering into the contract documents.
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

As set out in the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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.1.8)

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:  21/04/2022
Local time:  12:00
IV.2.3)

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

Date: 16/05/2022
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 : 9  (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 estimated total value shown in II.1.5 and II.2.6 is an expression of the estimated gross development value (GDV).
The Council reserves the right to terminate the process at any time prior to award of contract.
The Council does not bind itself to accept any tender received and reserves the right to call for new tenders should they consider this necessary.
The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.
For a detailed timetable of the procurement, please refer to the Selection Questionnaire and Invitation to Participate in Dialogue which can be accessed via the portal; https://uk.eu-supply.com/login.asp?B=WCC
To register for this procurement opportunity and access the documents, paste the above URL into your browser and follow the instructions 1 and 2:
1) Click on “New supplier registration”
2) Complete the Supplier Registration form
If you need any further assistance with registration or have any queries about using the portal, please contact EU Supply as follows:
E-mail: uksupport@eu-supply.com
Telephone: 0800 840 2050 during office hours ONLY (08.00 to 17.00).
Winchester City Council will be hosting a bidder briefing morning on Wednesday 6th April 10am -1pm. Please see the Selection Questionnaire Document 1 for instructions on how to register. Please note that bidders must register to attend this event.
VI.4)

Procedures for review

VI.4.1)

Review body

London High Court of England and Wales
London
UK
Telephone: +44 2079477156