Section one: Contracting authority
one.1) Name and addresses
Catalyst Housing Limited
Ealing Gateway, 26 - 30 Uxbridge Road
London
W5 2AU
Contact
Rupert Burstein
Telephone
+44 2088323116
Country
United Kingdom
NUTS code
UKI - London
National registration number
06345572
Internet address(es)
Main address
Buyer's address
https://catalyst.delta-esourcing.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./2UJQ6D538P
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of a Joint Venture partner to undertake the development of Turweston Road, Brackley
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Catalyst Housing Limited (CHL) is the owner of development land at Turweston Road, Brackley with detailed consent for 350 residential units and is now seeking to appoint a private sector developer partner to form a corporate LLP joint venture (JV) vehicle on a 50:50 basis to develop Turweston Road. Selection of a JV partner will be undertaken under the Lean Competitive Dialogue Procedure.
Bringing investment and expertise across the development process, the JV partner will work in JV with CHL to optimise post planning design, undertake phased construction of the resulting scheme and market and sell the private sale units delivered. All intermediate and affordable units delivered will be acquired from the JV by CHL at an appropriate market rate.
In terms of the best partner therefore, while JV experience is valuable, key is the ability to bring expertise to bear to maximise commercial returns through delivery of an optimised scheme.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70110000 - Development services of real estate
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
- UKJ14 - Oxfordshire
Main site or place of performance
West Northamptonshire,Oxfordshire
two.2.4) Description of the procurement
Catalyst Housing Limited (CHL) is the owner of development land at Turweston Road, Brackley with detailed consent for 350 residential units.
CHL is a leading London-based affordable housing provider, developer and member of the G15 group of London’s largest and most influential housing associations. CHL owns and manages over 34,000 homes and is landlord to over 70,000 residents across London and the South-East.
CHL is now seeking to appoint a private sector developer partner to form a corporate LLP joint venture (JV) vehicle on a 50:50 basis to develop Turweston Road. Selection of a JV partner will be undertaken under the Lean Competitive Dialogue Procedure.
Bringing investment and expertise across the development process, the JV partner will work in JV with CHL to optimise post planning design, undertake phased construction of the resulting scheme and market and sell the private sale units delivered. All intermediate and affordable units delivered will be acquired from the JV by CHL at an appropriate market rate.
In terms of the best partner therefore, while JV experience is valuable, key is the ability to bring expertise to bear to maximise commercial returns through delivery of an optimised scheme.
More information about the opportunity is set out in the Memorandum of Information included with the procurement documents on the Portal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £90,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or other environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2022
Local time
6:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://catalyst.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./2UJQ6D538P
To respond to this opportunity, please click here:
https://catalyst.delta-esourcing.com/respond/2UJQ6D538P
GO Reference: GO-2022114-PRO-19501400
six.4) Procedures for review
six.4.1) Review body
Higher Court of England & Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Higher Court of England & Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a standstill period following the award of the contract and will conduct itself in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
, 70 Whitehall
London
SW1A 2AS
Country
United Kingdom