Contract notice

Information

Published

Date of dispatch of this notice: 07/11/2014

Expire date: 08/12/2014

External Reference: 2014-879199

TED Reference: 2014/S 218-384746

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

London Borough of Camden
---
Judd Street
WC1H 9JE  London
UK
For the attention of: Richard Le Donne
Telephone: +44 207974444
E-mail: richard.ledonne@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9903&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9903&B=LBCAMDEN
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Development of Cockpit Yard, London, WC1N

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
      Main site or location of works, place of delivery or of performance:

      London

      NUTS code
      UKI11
      II.1.3)

      Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

      The notice involves a public contract
      II.1.5)

      Short description of the contract or purchase(s)

      The London Borough of Camden (“the Council”) is seeking a development partner to deliver a high quality residential, commercial and community mixed use redevelopment of the Cockpit Yard and Holborn Library site, in Bloomsbury, central London.

      Priorities for the Council include the provision of improved facilities for the existing community and commercial uses on the site and also the release of valuable land for private and affordable housing.

      Required outputs of the project include the delivery of a high quality, mixed tenure residential development; a modernised and enhanced Holborn library and archive; refurbished retail space fronting Theobald’s Road; replacement facilities for an existing street cleaning depot operated by Veolia; and new studio / business incubator space to replace the existing facilities currently occupied by Cockpit Arts.

      II.1.6)

      Common procurement vocabulary (CPV)

      Main vocabulary
      45000000   Construction work
      Supplementary vocabulary
      45210000   Building construction work
      45211000   Construction work for multi-dwelling buildings and individual houses
      45211360   Urban development construction work
      45212330   Library construction work
      45213252   Workshops construction work
      45213260   Stores depot construction work
      70000000   Real estate services
      70110000   Development services of real estate
      70111000   Development of residential real estate
      70112000   Development of non-residential real estate
      II.1.7)

      Information about Government Procurement Agreement (GPA)

      The contract is covered by the Government Procurement Agreement (GPA):  yes
      II.1.8)

      Lots

      This contract is divided into lots:  no
      II.1.9)

      Information about variants

      Variants will be accepted:  yes
      II.2)

      Quantity or scope of the contract

      II.2.1)

      Total quantity or scope:

      The London Borough of Camden’s ambition is to secure the delivery of a sensitive and high quality redevelopment of the Cockpit Yard site on Northington Street which includes ex-Council offices, Cockpit Arts (a commercial occupier), Holborn Library, the Borough Archive and the Street Cleansing Services depot together with ancillary storage space.

      Estimated cost excluding VAT
      Range: between  50000000  and 60000000  GBP
      II.2.2)

      Information about options

      Options: no
      II.2.3)

      Information about renewals

      This contract is subject to renewal: no
      II.3)

      Duration of the contract or time limit for completion

      Duration in months: 048 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1)

      Conditions relating to the contract

      III.1.1)

      Deposits and guarantees required:

      The Contracting Authority will set out its requirements in the tender documents. A parent company guarantee or performance bond may be required.

      The contracting authorities reserves the right to require deposits, guarantees or other forms of security.

      III.1.2)

      Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

      Payments will be made in accordance with the standard terms of payment detailed in the tender documents.

      III.1.3)

      Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      Providers applying as a consortium or joint venture must provide full details of each member of the consortium and confirm that the grouping is a legal venture with joint and several liabilities. Each member will be jointly and severally responsible for the performance of the contract. In the case of a consortium bid a lead contractor will be required to represent the consortium.

      III.1.4)

      Other particular conditions

      The performance of the contract is subject to particular conditions: no
      III.3)

      Conditions specific to services contracts

      III.3.1)

      Information about a particular profession

      Execution of the service is reserved to a particular profession: no
      III.3.2)

      Staff responsible for the execution of the service

      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1)

      Type of procedure

      IV.1.1)

      Type of procedure

      competitive dialogue
      IV.1.2)

      Limitations on the number of operators who will be invited to tender or to participate

      Envisaged minimum number  3  and  maximum number  6
      IV.1.3)

      Reduction of the number of operators during the negotiation or dialogue

      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated:  yes
      IV.2)

      Award criteria

      IV.2.1)

      Award criteria

      The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
      IV.2.2)

      Information about electronic auction

      An electronic auction will be used: no
      IV.3)

      Administrative information

      IV.3.1)

      File reference number attributed by the contracting authority

      Cockpit Yard

      IV.3.2)

      Previous publication(s) concerning the same contract

      no
      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

      08.12.2014 - 12:00
      IV.3.6)

      Language(s) in which tenders or requests to participate may be drawn up

      [Language_EN]

      Section VI: Complementary information

      VI.1)

      Information about recurrence

      This is a recurrent procurement: no
      VI.2)

      Information about European Union funds

      The contract is related to a project and/or programme financed by European Union funds: no
      VI.3)

      Additional information:

      The Council intends to limit the scope and period of the Competitive Dialogue, with a view to minimising the time and costs for all parties during the procurement process.

      A summary of the down selection process is:

      - Following the PQQ, shortlisted bidders will be invited to participate in dialogue and prepare Outline Solutions

      - Following evaluation of the Outline Solutions, tenderers will be down selected

      - Remaining tenderers will be invited to dialogue phase 2

      - Following the close of dialogue, remaining tenders will be invited to submit final tenders for final evaluation

      - Preferred bidder selected.

      Outline Solutions and subsequent Final Tenders will be evaluated on both quality and price criteria. The Outline Solutions documentation will specify the relative weightings of criteria for the award of the contract.

      VI.4)

      Procedures for appeal

      VI.4.1)

      Body responsible for appeal procedures

      Cabinet Office
      70 Whitehall
      SW1A 2AS   London
      UK
      Internet address:
       

      Body responsible for mediation procedures

      Centre for Effective Dispute Resolution (CEDR)
      70 Fleet Street
      EC4Y 1EU   London
      UK
      Telephone: +44 2075366000
      E-mail: info@cedr.com
      Internet address: http://www.cedr.com
      VI.4.2)

      Lodging of appeals

      Precise information on deadline(s) for lodging appeals:
      VI.4.3)

      Service from which information about the lodging of appeals may be obtained